Charlotte Douglas International Airport’s Invitation to Bid for

advertisement
Date: March 19, 2014
ITB Number: 2014-03-001
Charlotte Douglas International Airport’s
Invitation to Bid
for
Cutaway and Low Floor Style Shuttle Buses
Schedule
DATE
EVENT
(a) March 19, 2014
Issuance of Invitation to Bid (“ITB) by Charlotte Douglas
International Airport (“Airport”).
(b) March 26, 2014 by
12N, EST
Submission of Written Questions Prior to Pre-Bid Conference.
(c) March 27th at 2PM,
EST
Pre-Bid Conference.
(d) March 28, 2014 by
4PM, EST
Submission of Written Questions After the Pre-Bid Conference.
(e) April 3, 2014 by
11AM, EST
Bid Submission.
(f) April 3, 2014
Bid Opening
(g) April 28, 2014
Contract Award by Council.
(h) May 1, 2014
Company begins providing the Work.
Section 1: Instructions to Bidders
1.1
Review and Comply. The ITB consists of the following components:
Section1:
General instructions and special conditions that apply to this bid process
and procurement.
Section 2:
The forms that a Bidder is required to complete and return as its Bid
(called the “Bid Response Forms”)
Cutaway and Low Floor Style Shuttle Buses – 2014-03-001
1
Section 3:
A contract substantially similar to the final contract the successful Bidder
will be expected to sign, including Exhibit A, the details for the entire
scope of work falling under this ITB (the “Specifications”).
Each reference to this ITB includes all components listed above as well as any addenda
provided by the Airport. Please review each section carefully. Bidders will be held accountable
for having full knowledge of the contents of this ITB and for performing any due diligence that
may be necessary to submit a binding Bid.
1.2
Definitions.
(A) Airport shall mean Charlotte Douglas International Airport
(B) Bid shall mean the response to this ITB completed on the Bid Response Forms.
(C) Bid Response Forms shall mean the forms attached hereto in Section 2 and
submitted as the response to this ITB.
(D) Bidder shall mean an individual or entity submitting a Bid to this ITB.
(E) City shall mean the City of Charlotte.
(F) Company shall mean the successful Bidder.
(G) Contract shall mean the terms and conditions under which the Company shall
provide the Work.
(H) Cut-away Style shall mean a bus-body attached to a medium-sized truck chassis,
behind, and attached to the trucks' cabin. The backside of the cabin is cut away to
allow access to and from the bus body.
(I) ITB shall mean Invitation to Bid.
(J) Low Floor shall mean a bus that has no steps between one or more entrances and
part or all of the passenger cabin. Being low floor improves the accessibility of the
bus for the public, particularly the elderly or infirm, or those with push chairs, and
increasingly those in wheelchairs.
(K) Procurement Manager shall mean the Airport employee identified in Section 1.7 and
who is responsible for the facilitation of this solicitation process.
(L) Project Manager shall mean the Airport or Company employee who is the point of
contact under this Contract.
(M) Specifications shall mean the scope and details of the Work that the Company will
provide under the Contract.
(N) Work shall mean the actual products and/or services provided in compliance with the
Specifications and under this Contract.
1.3
ITB Not an Offer. This ITB does not constitute an offer by the Airport. No
recommendations or conclusions from this bid process shall constitute a right (property
or otherwise) under the Constitution of the United States or under the Constitution, case
law, or statutory law of North Carolina.
1.4
Binding Offer. Each Bid submitted in response to this ITB constitutes a firm offer that is
binding for ninety (90) days from the date of the Bid opening and must comply with all
Cutaway and Low Floor Style Shuttle Buses – 2014-03-001
2
terms, conditions and requirements stated in this ITB, except to the extent the Bidder
takes exception to such provisions in the manner required by Section 1.13.
1.5
Addendum. Any changes to the terms, conditions or requirements of this ITB will be
documented in written addendum issued by the Airport. These addenda will be posted
as detailed in Section 1.7. The receipt of each addendum must be acknowledged using
the space provided on Form 2 in Section 2. The Airport will not consider any Bid that
fails to acknowledge receipt of each issued addendum.
1.6
Pre-Bid Conference. When a Pre-Bid Conference is scheduled, as reflected above, the
meeting will be held at the Airport’s CLT Center, 5601 Wilkinson Boulevard, Charlotte,
N.C. 28208. Regardless of if the conference is mandatory or non-mandatory, all Bidders
are encouraged to attend. If special accommodations are required for attendance,
please notify the Procurement Manager as listed in Section 1.7.
1.7
Questions. The Airport is committed to providing all prospective Bidders with accurate
and consistent information in order to ensure that no Bidder obtains an unfair
competitive advantage. To this end, from the date of this ITB until the time of the Bid
opening, no interpretation or clarification of the meaning of any part of this ITB will be
made orally to any prospective Bidder with the exception of questions answered at any
pre-bid conference. Requests for information or clarification of this ITB must be made in
writing and addressed to the Procurement Manager at the address, or email listed
below, with email being the preferred method of communication. Questions should
reference the ITB page and topic number. All Questions must be submitted by the dates
referenced in the schedule on the first page of this ITB.
Crystal Bailey
Charlotte Douglas International Airport - CLT Center
ITB # 2014-03-001
5601 Wilkinson Boulevard
Charlotte, NC 28208
Email: cibailey@cltairport.com
The Airport will post answers to timely submitted questions posed by prospective
Bidders and other information concerning this ITB on the Airport’s Advertisements for
Bids and Proposals website, located at the address below. ITB information can be
accessed by searching the website for the ITB number listed on the first page of this ITB.
http://charmeck.org/city/charlotte/Airport/AboutCLT/Pages/AdsForBids.aspx
It is the responsibility of the prospective Bidder to check the website for any
addenda issued for this ITB. The Airport reserves the right to disqualify any
prospective Bidder who contacts an Airport employee, or agent concerning this ITB,
other than in accordance with this Section.
1.8
How to Prepare Bid Responses. All Bids shall be prepared as follows:
(A) Complete all forms provided in Section 2. All responses must be submitted solely
on these forms.
(B) Bid responses must be typewritten or completed in ink, signed by the Bidder or the
Bidder’s authorized representative. All erasures or corrections must be initialed and
dated by the authorized representative who signs the Bid forms on behalf of the
Bidder.
Cutaway and Low Floor Style Shuttle Buses – 2014-03-001
3
(C) Bids must be accompanied by accurate descriptions of the exact materials, supplies,
vehicles and/or equipment offered for purchase, including any detailed information as
requested in Exhibit A of the Contract, located in Section 3 of this ITB.
1.9
How to Submit Bid Responses. All Bidders shall:
(A) Submit their Bid in a sealed opaque envelope with the following information written
on the outside of the envelope”
(1) The Bidder’s company name;
(2) The ITB number as indicated on the first page of this ITB; and
(3) Identification of the Work for which the Bid is submitted as indicated on the first
page of the ITB
(B) No Bidder shall submit more than one Bid unless multiple or alternative bids are
requested in Exhibit A of the Contract, located in Section 3 of this ITB. Any multiple
or alternative bids must be brought to the Airport’s attention either during the pre-bid
conference or submitted in writing at least five (5) days prior to the Bid opening.
(C) Mail or deliver one (1) unbound original Bid signed in ink by a company official
authorized to make a legal and binding offer and two (2) copies plus one (1)
electronic copy on a CD or Flash Drive in PDF or Word format to the address listed
below, by the date and time listed in the schedule on the first page of this ITB. Any
Bid not submitted per the requirements of this Section will be considered nonresponsive and will not be considered.
Mail or Deliver to:
Charlotte Douglas International Airport - CLT Center
5601 Wilkinson Boulevard
Charlotte, NC 28208
Attn: Crystal Bailey
1.10
Guarantor. If the Bidder is a subsidiary of another entity, the Airport requires that the
Bidder’s parent entity provide a guarantee of payment of all of the Bidder’s obligations
under the Contract. The Airport also may require from any Bidder a guaranty from
another entity, other than the parent, where applicable, if the Airport concludes that such
guaranty would be beneficial to protect the Airport’s interest. If a guarantor is required,
the Bidder must: (a) identify a guarantor that is acceptable to the Airport, (b) provide the
Airport with the same financial information about the guarantor that the Bidder is
required to provide about itself under this ITB; and (c) provide the Airport with a signed,
legally binding guaranty agreement from the approved guarantor that is acceptable to
the Airport in its sole discretion. Failure to comply with the foregoing shall be grounds
for rejection of the Bidder’s Bid.
1.11
Prompt Payment Discounts. Bidders are urged to compute all discounts into the price
offered. If a prompt payment discount is offered, it will not be considered in the award of
the Contract except as a factor to aid in resolving cases of identical prices.
1.12
Ownership and Public Record. All Bids and supplementary material provided as part
of this process will become property of the Airport upon submission. Bidders are
advised that all information included in the materials provided may become available to
the public under North Carolina’s Public Records Law. Bidders may designate
information confidential that is a trade secret or confidential under North Carolina
Statute. However, improperly designated material in a Bid may result in the entire bid
being disqualified. In submitting a Bid, each Bidder agrees that the Airport may reveal
Cutaway and Low Floor Style Shuttle Buses – 2014-03-001
4
any trade secrets or confidential information to Airport staff, consultants or third parties
assisting with this ITB and resulting Contract.
1.13
How to Submit an Exception. If the Bidder wants to take an exception to the
Specifications as stated in Exhibit A to the Contract included in Section 3 of this ITB,
the Bidder must clearly identify in Form 2 each of the following:
(A) the number and title of each section of the Specifications that the Bidder takes
exception to;
(B) the specific sentence within such section that the Bidder takes exception to; and
(C) any alternative provision proposed by the Bidder.
Bidders are reminded that a material variance from the terms of this ITB may result in
the Bid being rejected by the Airport.
1.14
How to Submit an Objection. When a Bidder has an objection to the terms and
conditions of this ITB or to the Contract as included in Section 3, the Bidder may submit
such objection by doing the following:
(A) When a pre-bid conference is scheduled, the Bidder should either present their
objection at that time (either verbally or in writing), or submit a written objection prior
to the scheduled pre-bid conference.
(B) When a pre-bid conference is not scheduled, Bidders must submit objections in
writing no later than the deadline to submit questions as stated in the scheduled on
the first page of this ITB.
(C) Except for objections raised at the pre-bid conference, all objections must be
directed to the Procurement Manager.
(D) Failure to object in the manner specified in this Section shall constitute a waiver of
any objections the Bidder may have to the terms and conditions or to anything that
occurred during this ITB process.
1.15
No Collusion or Conflict of Interest. By responding to this ITB, the Bidder shall be
deemed to have represented and warranted that the Bid is not made in connection with
any competing Bidder submitting a separate response to this ITB, and is in all respects
fair and without collusion.
1.16
Airport’s Rights and Options. Airport reserves the following rights, which may be
exercised at the sole discretion of the Aviation Director, or his designee:
(A) to supplement, amend, substitute or otherwise modify this ITB at any time;
(B) to cancel this ITB with or without the substitution of another ITB;
(C) to take any action affecting this ITB, the ITB process, or the Work or facilities subject
to this ITB that would be in the best interest of the Airport;
(D) to issue additional requests for information;
(E) to require one or more Bidders to supplement, clarify or provide additional
information in order for the Airport to evaluate the Bids submitted;
(F) to conduct investigations with respect to the qualifications and experience of each
Bidder;
(G) to change the Bid opening date or any other dates relevant to the ITB;
(H) to waive any defect or irregularity in any Bid received;
Cutaway and Low Floor Style Shuttle Buses – 2014-03-001
5
(I) to reject any or all Bids;
(J) to request the successful Bidder to provide samples of each item requested under
this ITB prior to the award of the Contract. Samples will be retained by the Airport for
comparison with items delivered under the Contract.
(K) to award all, none, or any part of the items that is in the best interest of the Airport,
with one or more of the Bidders responding, which may be done with or without resolicitation; and
(L) to enter into any agreement deemed to be in the best interest of the Airport, with one
or more of the Bidders responding.
1.17
Equal Opportunity. The Airport has an equal opportunity purchasing policy that seeks
to ensure that all segments of the business community have access to supplying the
goods and services needed by Airport programs. The Airport provides equal opportunity
for all businesses and does not discriminate against any Bidders regardless of race,
color, religion, age, sex, national origin or disability.
1.18
City License Requirement. A current City or Mecklenburg County Business License is
required for the successful Bidder who either personally or through agents, solicits
business within the City limits, or picks up or delivers goods or services within the City
limits. All questions regarding licensing should be directed to the Business Tax
Collections Office, 704.336.6315.
1.19
Award Criteria. The Airport reserve the right to award a Contract to the lowest
responsive responsible Bidder taking into consideration vendor qualification and
experience, quality, delivery, workmanship, services, facility requirements, inventory
control and reporting. The Airport reserves the right to reject any Bid, without limitation,
on the basis of function, compatibility with user requirements, utility and cost.
1.20
Bids on All or Part. Unless otherwise specified by the Airport or by the Bidder, the
Airport reserves the right to make award on all or part of the items to be purchased or
the services needed. Bidders may restrict their bids to consideration in the aggregate by
so stating in the Bid. However, bids restricted to consideration in the aggregate must
also include a unit price on each item bid.
1.21
Multiple Contract Awards. The Airport reserves the right to award multiple contracts
for the Work required by this ITB if the Airport deems multiple contracts to be in its best
interest.
1.22
Anti-lobbying Provision. Maintaining the integrity of its ITB process is of paramount
importance to the Airport. To this end, each Bidder is asked to voluntarily refrain from
contacting any members of the City of Charlotte’s (“City") City Council until the award of
the Contract is presented for their approval.
1.23
Contract Award by City Council. As soon as practical after opening the Bids, the name
of the apparent successful Bidder will be submitted to the City Council for final approval
and award. Prior to the recommendation to the City Council, the successful Bidder must
provide to the Airport an executed Contract which will be substantially similar to the
contract in Section 3 of this ITB. Upon approval of the Contract by City Council, the
Airport will execute the documents and send a copy to the successful Bidder. In the
event that Council approval is not received within ninety (90) days after opening of the
Bids, the successful Bidder may request that it be released from the Bid.
Cutaway and Low Floor Style Shuttle Buses – 2014-03-001
6
1.24
Post Award Conference. A post-award conference may be scheduled as soon as
practical after the award of the Contract. The Company shall attend the conference
along with the Company’s prospective Project Manager and any anticipated major
subcontractors, and shall provide at such conference a written schedule for the delivery
of any Work for which no delivery dates have been specified in this ITB. The Company
shall provide at least two (2) local telephone numbers that may be used to contact the
Company’s authorized representative in the event of an emergency after normal
business hours.
1.25
Notice to Proceed. The successful Bidder shall not commence work or make shipment
under this ITB until duly notified by receipt of the executed Contract from the Airport. If
the successful Bidder commences work or makes shipment prior to that time, such
action is taken at the Bidder’s risk, without any obligation of reimbursement by the
Airport.
1.26
Options and Accessories. The Airport may in its discretion purchase from the
successful Bidder options and accessories beyond what is called for in Exhibit A to the
Contract in Section 3 of this ITB, provided that such purchase does not create
unfairness so as to defeat the purpose of the bid statutes.
1.27
E-Verify. Each bid shall be accompanied by an E-Verify Certification in the form set
forth in Section 2 Form Seven. Bidder understands that E-Verify refers to the federal
E-Verify program operated by the U.S. Department of Homeland Security to verify the
work authorization of newly hired employees pursuant to federal law and in compliance
with the requirements of Article 2 of Chapter 64 of the North Carolina General Statutes.
Bidder is required by federal and state law to comply with the E-Verify program and
ensure compliance by any subcontractor hired by the Bidder to perform any portion of
the Work under this ITB.
Cutaway and Low Floor Style Shuttle Buses – 2014-03-001
7
Section 2: Bid Response Forms
FORM ONE
BIDDER SUBMISSION FORM
BID # 2014-03-001
Cutaway and Low Floor Style Shuttle Buses
This Bid is submitted by:
Company Name: _________________________________________________
Representative (printed):____________________________________________
Address:
________________________________________________________
________________________________________________________
City/State/Zip: ________________________________________________________
Telephone:
________________________________________________________
(Area Code) Telephone Number
Facsimile:
________________________________________________________
(Area Code) Fax Number
E-Mail Address: ______________________________________________________
State of Incorporation: _________________________________________________
Business Type:
Corporation
Partnership
Sole Proprietorship
Joint Venture
Limited Liability Corporation
Other (Specify)
It is understood by the Bidder that the Airport reserves the right to reject any and all
Bids, to make awards on all items or on any items according to the best interest of the
Airport, to waive formalities, technicalities, to rescind and re-bid this ITB. Bids are valid
for ninety (90) calendar days from Bid opening.
______________________________________
Company Name
________________________
Date
_____________________________________
Authorized Signature
________________________
Please type or print name
Cutaway and Low Floor Style Shuttle Buses – 2014-03-001
8
FORM TWO
ADDENDUM ACKNOWLEDGEMENT
BID # 2014-03-001
Cutaway and Low Floor Style Shuttle Buses
Bid Submission Check List: Confirm by placing a check mark in the space provided that as
the Bidder the information listed below has been reviewed and compiled with in the submission
of a response to this ITB.
(A)
_____ Addenda acknowledgement. Please contact the Aviation Procurement Manager
to verify the number of addenda issued via email at cibailey@cltairport.com.
Addenda Receipt: The following confirms receipt of any and all addenda issued
for this ITB:
Addendum #
___________
___________
___________
(B)
(C)
(D)
Date Issued
__________
__________
__________
_____ Bid document has been signed by authorized Bidder official.
_____ Bid package has been properly labeled per the instructions. (See Section 1.8)
_____ Bid Response Package Forms
1. Bid Submission - Form One
2. Addenda Acknowledgement - Form Two
3. Exceptions Form – Form Three
4. Pricing - Form Four
5. Non-Discrimination Certification - Form Five
6. E-Verify Certification – Form Six
7. Exhibit A - Technical Specifications – Cut-away Style
8. Exhibit A - Technical Specifications – Low Floor Style
The signature below certifies the Bid response complies with the requirements of this ITB and
that the above items A through D have been verified as complete. The Bidder further
represents that it has read and can comply with all terms of the Contract, including without
limitation, the insurance requirements.
______________________________________
________________________
Company Name
Date
_____________________________________
________________________
Authorized Signature
Please type or print name
Cutaway and Low Floor Style Shuttle Buses – 2014-03-001
9
FORM THREE
EXCEPTIONS FORM
BID # 2014-03-001
Cutaway and Low Floor Style Shuttle Buses
All Work requested in the ITB must be provided for the price(s) set forth in the Form 4, in strict
conformance with the terms, conditions and specifications set forth in the ITB (including any
addenda or amendments), subject only to the exceptions stated in the chart below. Exceptions
representing material changes to the ITB’s terms are grounds for rejection of the Bid. List any
exceptions taken to the ITB terms or the general specifications provided in Exhibit A in Section
3. For each exception, provide an explanation. If none, state “None”.
ITB Section Number
ITB Section Title
Exception and Proposed Change to ITB
The signature below certifies that: (a) the Bid complies with the requirements of this ITB; and (b)
that the Bidder takes no exception to the terms of the ITB other than those listed in the chart
contained in this Form.
______________________________________
________________________
Company Name
Date
_____________________________________
________________________
Authorized Signature
Please type or print name
Cutaway and Low Floor Style Shuttle Buses – 2014-03-001
10
FORM FOUR
PRICING SHEET
BID # 2014-03-001
Cutaway and Low Floor Style Shuttle Buses
Instructions:
•
If your bid includes price increases over the term of the Contract, such increases must be
clearly designated below. In case of error in extension of prices in the bid, the unit prices,
where available, shall govern.
ITEM
Base Order
Cut-away Style
Quantity
Unit Cost
Extended Cost
10
Options
1
1
1
1
TOTAL BID W/ALL OPTIONS
Delivery Time After Receipt of Order: (# of Calendar Days)
Delivery Time Exceeding Baseline, if any: (# of Days Over Baseline)
Name of Manufacturer & Model Number:
Warranty:
Payment Terms:
ITEM
Base Order
Low Floor Style
Quantity
Unit Cost
Extended Cost
1
Options
IO Control LED interior Lighting
LED Turn Signal Indicators in Exterior
Mirror Heads
Modine Electric Cooling Fans
EMP Electric Cooling Fans
LED Headlamps
1
1
1
1
1
1
TOTAL BID W/ALL OPTIONS
Delivery Time After Receipt of Order: (# of Calendar Days)
Delivery Time Exceeding Baseline, if any: (# of Days Over Baseline)
Name of Manufacturer & Model Number:
Warranty:
Payment Terms:
The undersigned proposes to furnish the following items in strict conformance to the
Specifications and the ITB.
Cutaway and Low Floor Style Shuttle Buses – 2014-03-001
11
NC Business License #____________________, City Business License #_______________,
(or) Mecklenburg County Business Licenses #: _____________
The undersigned hereby certifies the Bidder has read the terms of this ITB and is authorized to
bind the firm to the information herein set forth. Further the Bidder certifies that in connection
with this procurement:
1. The prices in this bid have been arrived at independently, without consultation,
communication, or agreement, for the purpose of restricting competition, as to any matter
relating to such prices with any other Bidder or with any competitor; and
2. Unless otherwise required by law, the Bidder has not knowingly disclosed the prices that
have been quoted in this bid directly or indirectly to any other Bidder or to any competition
prior to the opening of the bid.
3. No attempt has been made or will be made by the Bidder to induce any other person or firm
to submit or not to submit a bid for the purpose of restricting competition.
______________________________________
________________________
Company Name
Date
_____________________________________
________________________
Authorized Signature
Please type or print name
Cutaway and Low Floor Style Shuttle Buses – 2014-03-001
12
FORM FIVE
NON-DISCRIMINATION PROVISION
FOR ALL CITY CONTRACTS
BID #: 2014-03-001 - Cutaway and Low Floor Style Shuttle Buses
The undersigned Bidder hereby certifies and agrees that the following information is correct:
1. In preparing the enclosed Bid, the Bidder has considered all bids submitted from qualified,
potential subcontractors and suppliers, and has not engaged in discrimination as defined in
Section 2 below.
2. For purposes of this section, discrimination means discrimination in the solicitation,
selection, or treatment of any subcontractor, vendor, supplier or commercial customer on the
basis of race, ethnicity, gender, age, religion, national origin, disability or any otherwise
unlawful form of discrimination. Without limiting the foregoing, discrimination also includes
retaliating against any person or other entity for reporting any incident of discrimination.
3. Without limiting any other remedies that the City may have for a false certification, it is
understood and agreed that, if this certification is false, such false certification will constitute
grounds for the City to reject the Bid submitted with this certification, and terminate any
contract awarded based on such Bid. It shall also constitute a violation of the City’s
Commercial Non-Discrimination Ordinance and shall subject the Bidder to any remedies
allowed there under, including possible disqualification from participating in City contracts or
solicitation processes for up to two years.
4. As a condition of contracting with the City, the Bidder agrees to promptly provide to the City
all information and documentation that may be requested by the City from time to time
regarding the solicitation and selection of suppliers and subcontractors in connection with
this solicitation process. Failure to maintain or failure to provide such information shall
constitute grounds for the City to reject the Bid and to any contract awarded on such Bid. It
shall also constitute a violation of the City’s Commercial Non-Discrimination Ordinance, and
shall subject the Bidder to any remedies that are allowed there under.
5. As part of its Bid, the Bidder shall provide to the City a list of all instances within the past ten
years where a complaint was filed or pending against Bidder in a legal or administrative
proceeding alleging that Bidder discriminated against its subcontractors, vendors, suppliers,
or commercial customers, and a description of the status or resolution of that complaint,
including any remedial action taken.
6. As a condition of submitting a Bid to the City, the Bidder agrees to comply with the City’s
Commercial Non-Discrimination Policy as described in Section 2, Article V of the Charlotte
City Code, and consents to be bound by the award of any arbitration conducted there under.
______________________________________
Company Name
________________________
Date
_____________________________________
Authorized Signature
________________________
Please type or print name
Cutaway and Low Floor Style Shuttle Buses – 2014-03-001
13
FORM SIX
E-VERIFY CERTIFICATION
Bid #: 2014-03-001 - Cutaway and Low Floor Style Shuttle Buses
This E-Verify Certification is provided to the City of Charlotte (the “City”) by the company signing
below (“Company”) as a prerequisite to the City considering Company for award of a City
contract (the “Contract”).
1. Company understands that:
a. E-Verify is the federal program operated by the United States Department of
Homeland Security and other federal agencies to enable employers to verify the
work authorization of employees pursuant to federal law, as modified from time to
time.
b.
Article 2 of Chapter 64 of the North Carolina General Statutes requires employers
that transact business in this state and employ 25 or more employees in this state to:
(i) verify the work authorization of employees who will be performing work in North
Carolina through E-Verify; and (ii) maintain records of such verification (the “E-Verify
Requirements”).
c. North Carolina General Statute 160A-20.1(b) prohibits the City from entering into
contracts unless the contractor and all subcontractors comply with the E-Verify
Requirements.
2. As a condition of being considered for the Contract, Company certifies that:
a. If Company has 25 or more employees working in North Carolina (whether now or at
any time during the term of the Contract), Company will comply with the E-Verify
Requirements in verifying the work authorization of Company employees working in
North Carolina; and
b. Regardless of how many employees Company has working in North Carolina,
Company will take appropriate steps to ensure that each subcontractor performing
work on the Contract that has 25 or more employees working in North Carolina will
comply with the E-Verify Requirements.
3. Company acknowledges that the City will be relying on this Certification in entering into the
Contract, and that the City may incur expenses and damages if the City enters into the
Contract with Company and Company or any subcontractor fails to comply with the E-Verify
Requirements. Company agrees to indemnify and save the City harmless from and against
all losses, damages, costs, expenses (including reasonable attorney’s fees) obligations,
duties, fines and penalties (collectively “Losses”) arising directly or indirectly from violation of
the E-Verify Requirements by Company or any of its subcontractors, including without
limitation any Losses incurred as a result of the Contract being deemed void.
______________________________________
________________________
Company Name
Date
_____________________________________
________________________
Authorized Signature
Please type or print name
Cutaway and Low Floor Style Shuttle Buses – 2014-03-001
14
Section 3: Contract
STATE OF NORTH CAROLINA
COUNTY OF MECKLENBURG
CONTRACT NO. __________
CONTRACT TO PROVIDE
[Insert Title of Work]
This Contract (the “Contract”) is entered into as of this [insert Date] (the “Effective Date”), by
and between [insert Company name], a [insert type of company] registered under the laws
of the State of [insert state] and doing business in North Carolina (the “Company”), and the
City of Charlotte, a municipal corporation of the State of North Carolina (the "City").
Statement of Background and Intent
A. The City is the owner and operator of the Charlotte Douglas International Airport
(“Airport”); and
B. The City issued An Invitation to Bid dated [insert date] requesting bids from qualified
firms to provide the City with [insert product/service description] hereafter referred to
as the "Work". This Invitation to Bid, together with all attachments and any amendments,
is referred to herein as the “ITB"; and
C. The Company submitted a bid in response to ITB on [insert date]. This bid, together
with all attachments is referred to herein as the “Bid”; and
D. The Company wishes to provide the Work to the City in accordance with the terms and
conditions set forth herein.
NOW, THEREFORE, for good and valuable consideration, the receipt and sufficiency of which
are hereby acknowledged, and in further consideration of the covenants and conditions
contained in this Contract, the parties agree as follows:
AGREEMENT
1. INCORPORATION OF EXHIBITS. The following Exhibits are attached to the Contract and
incorporated into and made a part of this Contract by reference:
Exhibit A: Specifications
Exhibit B: Bid
Any conflict between language in an Exhibit and the Contract shall be resolved in favor of
the main body of this Contract. Each reference to [insert company name] in the Exhibits
shall be deemed to mean the Company.
2. DEFINITIONS. The following terms shall have the following meanings for purposes of this
Contract (including all Exhibits):
2.1.
Airport shall mean Charlotte Douglas International Airport
2.2.
Background Checks shall have the meaning set forth in Section 24 below.
2.3.
Change shall have the meaning set forth in Section 27.5 below.
Cutaway and Low Floor Style Shuttle Buses – 2014-03-001
15
2.4.
Bid shall mean the response to this ITB completed on the Bid Response Forms.
2.5.
City shall mean the City of Charlotte.
2.6.
Company shall mean the successful Bidder.
2.7.
Contract shall mean the terms and conditions under which the Company shall
provide the Work.
2.8.
E-Verify Requirements shall have the meaning set forth in Section 27.19 below.
2.9.
Effective Date shall mean the date set forth in the first paragraph above.
2.10.
Exhibits shall mean the documents specified in Section 1 and attached and
incorporated into the Contract.
2.11.
ITB shall mean Invitation to Bid.
2.12.
Project Manager shall mean the Airport or Company employee who is the point of
contact under this Contract.
2.13.
Specifications shall mean the scope and details of the Work set forth in Exhibit A
that the Company will provide under the Contract.
2.14.
Work shall mean the actual products and/or services provided in compliance with the
Specifications and under this Contract.
3. TERM. The term of the Contract will be for [insert term] from the Effective Date [with an
option to renew for two (2) additional one-year terms]. The Contract may be extended
only by a written amendment to the Contract signed by both parties.
4. COMPENSATION.
The Company shall provide the Work in accordance with the
Specifications set forth in Exhibit A to this Contract. The City shall pay the Company for the
Work delivered in compliance with the Specifications and at the prices and frequency set
forth in Exhibit B. The maximum amount of the Contract shall not exceed [insert dollar
amount in words] ($[insert amount in numbers]) This amount constitutes the maximum
fees and charges payable by the Company in the aggregate under this Contract and will not
be increased except by a written amendment duly executed by both parties. The Company
shall not be entitled to charge the City ant prices, fees or other amounts that are not listed in
Exhibit B.
5. BILLING. Each invoice sent by the Company shall include all reports, information and data
required by this Contract (including the Exhibits) necessary to entitle the Company to the
requested payment and shall be provided by the Company to the City at the frequency set
forth in Exhibit A. The Company shall send one (1) copy only of each invoice using one of
the following options:
1. Option 1 – E-mail one copy of each invoice to cocap@charlottenc.gov. Company shall
not mail invoices that have been sent via e-mail.
2. Option 2 – Mail one copy of each invoice to:
City of Charlotte- Accounts Payable
P.O. Box 37979
Charlotte, NC 28237-37979
Attn: Aviation
The City is not tax exempt from sales tax. The Company shall include all applicable State
and County sales taxes on the invoice and not combined with the cost of the goods.
Cutaway and Low Floor Style Shuttle Buses – 2014-03-001
16
Payment of invoices shall be due within thirty (30) days after the City has received all of the
following: (a) an accurate, properly submitted invoice, (b) all reports due for the month
covered by the invoice; and (c) any other information reasonably requested by the City to
verify the charges contained in the invoice.
6. GENERAL WARRANTIES. Company represents and warrants that:
6.1
It is a legal entity, validly existing and in good standing under the laws of the State of
[insert state], and is qualified to do business in North Carolina;
6.2
It has all the requisite corporate power and authority to execute, deliver and perform
its obligations under this Contract;
6.3
The execution, delivery, and performance of this Contract have been duly authorized
by Company;
6.4
No approval, authorization or consent of any governmental or regulatory authority is
required to be obtained or made by it in order for it to enter into and perform its
obligations under this Contract;
6.5
In connection with its obligations under this Contract, it shall comply with all
applicable federal, state and local laws and regulations, including but not limited to EVerify and shall obtain and provide to the City all applicable permits and licenses
within ten (10) days of the Company receiving notice of award and within twenty-four
(24) hours of demand at any time during the term; and
6.6
The Company shall not violate any agreement with any third party by entering into or
performing this Contract.
6.7
The Work shall comply with all requirements set forth in this Contract, including but
not limited to the attached Exhibits;
6.8
The Company guarantees the materials and workmanship on all materials and
services provided under the Contract and that it will fix any defects at its own
expense that are discovered during the guarantee period at the time designated by
and to the satisfaction of the Airport;
6.9
All work performed by the Company and/or its subcontractors pursuant to this
Contract shall meet industry accepted standards, and shall be performed in a
professional and workmanlike manner by staff with the necessary skills, experience
and knowledge; and
6.10
The Work provided by the Company under this Contract will not infringe or
misappropriate any patent, copyright, trademark or trade secret rights of any third
party.
7. INDEMNIFICATION. The Company shall indemnify, defend and hold harmless the City and
the City’s officers, agents and employees from and against any and all claims, losses,
damages, obligations, liabilities and expenses, including but not limited to attorneys' fees,
arising out of or resulting from Company’s performance under this Contract, except to the
extent that the claims, losses, damages, obligations, liabilities and expenses are caused by
the sole negligence of the City, or the City’s officers, agents and employees. Such liabilities
shall include those arising from a violation of any federal, state or local law, regulation or
ordinance by the Company or any of its subcontractors (including without limitation E-Verify
or other immigration laws). Company shall purchase insurance, as described in Section 9 of
the Contract, which shall include coverage for the contractual liability described herein. In
Cutaway and Low Floor Style Shuttle Buses – 2014-03-001
17
any case in which Company provides a defense to the City pursuant to this indemnity, the
defense will be provided by attorneys reasonably acceptable to the City. This provision shall
survive the expiration or early termination of the Contract.
8. INSURANCE. The Company shall obtain and maintain during the life of the Contract, with
an insurance company rated not less than A by A.M. Best, authorized to do business in the
State of North Carolina the following insurance:
8.1.
Automobile Liability. Bodily injury and property damage liability covering all owned,
non-owned and hired automobiles for limits of not less than $1,000,000 bodily injury
each person, each accident and $1,000,000 property damage, or $1,000,000
combined single limit - bodily injury and property damage. Where the company will
have driving privileges on the AOA, these limits increase to $5,000,000.
8.2.
Commercial General Liability. Insurance with a limit of not less than $1,000,000 per
occurrence or in the aggregate including coverage for bodily injury, property damage,
products and completed operations, personal injury liability and contractual liability.
8.3.
Worker’s Compensation and Employers Liability. The Company shall meet the
statutory requirements of the State of North Carolina and any applicable Federal
laws.
The City shall be listed as an additional insured under the commercial general liability
insurance for operations or services rendered under this Contract.
The Company shall not commence any work in connection with this Contract until it has
obtained all of the foregoing types of insurance and proof of such insurance have been
submitted to the Airport and all insurance has been approved.
Cutaway and Low Floor Style Shuttle Buses – 2014-03-001
18
9. OTHER INSURANCE REQUIREMENTS.
9.1.
The City shall be exempt from, and in no way liable for any sums of money, which
may represent a deductible in any insurance policy. The payment of such deductible
shall be the sole responsibility of the Company and/or subcontractor providing such
insurance.
9.2.
The City shall be named as an additional insured for operations or services rendered
under the general liability coverage. The Company’s insurance shall be primary of
any self-funding and/or insurance otherwise carried by the City for all loss or
damages arising from the Company operations under this Contract.
9.3.
Certificates of such insurance will be furnished to the City and shall contain the
provision that the City be given thirty (30) days written notice of any intent to amend
or terminate by either the insured or the insuring company.
9.4.
Should any or all of the required insurance coverage be self-funded/self-insured, a
copy of the Certificate of Self-Insurance or other documentation from the North
Carolina Department of Insurance shall be furnished.
9.5.
If any part of the work under the Contract is sublet, the subcontractor shall be
required to meet all insurance requirements set forth in the Contract. Nothing
contained herein shall relieve the Company from meeting all insurance requirements
or otherwise being responsible for the subcontractor.
10. TERMINATION.
10.1.
TERMINATION WITHOUT CAUSE. The City may terminate this Contract at any
time without cause by giving thirty (30) days written notice to the Company.
10.2.
TERMINATION FOR DEFAULT BY EITHER PARTY. By giving written notice to the
other party, either party may terminate this Contract upon the occurrence of one or
more of the following events:
10.2.1.
The other party violates or fails to perform any covenant, provision,
obligation, term or condition contained in this Contract, provided that,
unless otherwise stated in this Contract, such failure or violation shall not
be cause for termination if both of the following conditions are satisfied: (i)
such default is reasonably susceptible to cure; and (ii) the other party cures
such default within thirty (30) days of receipt of written notice of default
from the non-defaulting party; or
10.2.2.
The other party attempts to assign, terminate or cancel this Contract
contrary to the terms hereof; or
10.2.3.
The other party ceases to do business as a going concern, makes an
assignment for the benefit of creditors, admits in writing its inability to pay
debts as they become due, files a petition in bankruptcy or has an
involuntary bankruptcy petition filed against it (except in connection with a
reorganization under which the business of such party is continued and
performance of all its obligations under this Contract shall continue), or if a
receiver, trustee or liquidator is appointed for it or any substantial part of
other party’s assets or properties.
10.2.4.
Any notice of default pursuant to this Section shall identify and state the
party’s intent to terminate this Contract if the default is not cured within the
specified period.
Cutaway and Low Floor Style Shuttle Buses – 2014-03-001
19
10.3.
ADDITIONAL GROUNDS FOR DEFAULT TERMINATION BY THE CITY. By giving
written notice to the Company, the City may also terminate the Contract upon the
occurrence of one or more of the following events (which shall each constitute
grounds for termination without a cure period and without the occurrence of any of
the other events of default previously listed):
10.3.1. The Company makes or allows to be made any material written
misrepresentation or provides any materially misleading written information in
connection with the ITB, the Bid, or any covenant, agreement, obligation,
term or condition contained in this Contract; or
10.3.2. The Company takes or fails to take any action which constitutes grounds for
immediate termination under the terms of this Contract, including but not
limited to failure to obtain or maintain the insurance policies and
endorsements or failure to provide the proof of insurance as required by this
Contract.
10.3.3. The Company fails to meet delivery times or the Work does not comply with
the terms of this Contract as set forth in Exhibit A.
10.4.
NO EFFECT ON TAXES, FEES, CHARGES, OR REPORTS. Any termination of the
Contract shall not relieve the Company of the obligation to pay any fees, taxes or
other charges then due to the City, nor relieve the Company of the obligation to file
any daily, monthly, quarterly or annual reports covering the period to termination nor
relieve the Company from any claim for damages previously accrued or then
accruing against the Company.
10.5.
OBLIGATIONS UPON EXPIRATION OR TERMINATION. In the event this Contract
is terminated by the City for any reason prior to the end of the term, the Company
shall upon termination immediately discontinue all services in connection with this
Contract and promptly cancel all existing orders and subcontracts, which are
chargeable to this Contract. As soon as practicable after receipt of notice of
termination, the Company shall submit a statement to the City showing in detail the
Work performed under this Contract to the date of termination.
10.6.
NO SUSPENSION. In the event that the City disputes in good faith an allegation of
default by the Company, notwithstanding anything to the contrary in this Contract,
the Company agrees that it will not terminate this Contract or suspend or limit the
delivery of the Work or any warranties or repossess, disable or render unusable any
Software supplied by the Company, unless (i) the parties agree in writing, or (ii) an
order of a court of competent jurisdiction determines otherwise.
10.7.
AUTHORITY TO TERMINATE. The Aviation Director or his designee is authorized to
terminate this Contract on behalf of the City.
11. TRANSITION SERVICES UPON TERMINATION. Upon termination or expiration of this
Contract, the Company shall cooperate with the City to assist with the orderly transfer of the
Work, functions and operations provided by the Company hereunder to another provider or
to the City as determined by the City in its sole discretion.
12. REMEDIES.
12.1.
Right to Cover. If the Company fails to meet any completion date or resolution time
set forth in this Contract (including all Exhibits), the City may take any of the following
actions with or without termination this Contract, and in addition to and without
limiting any other remedies it may have:
Cutaway and Low Floor Style Shuttle Buses – 2014-03-001
20
12.1.1. Employ such means as it may deem advisable and appropriate to perform
itself or obtain the Work from a third party until the matter is resolved and the
Company is again able to resume performance under this Contract; and
12.1.2. Deduct any and all expenses incurred by the City in obtaining or performing
the Work from any money then due or to become due to the Company and,
should the City’s cost of obtaining or performing the Work exceed the amount
due the Company, collect the amount due the City from the Company.
12.2.
Right to Withhold Payment. If the Company breaches any provision of this Contract,
the City shall have the right to withhold all payments due to the Company until such
breach has been fully cured.
12.3.
Setoff. Each party shall be entitled to setoff and may deduct from any amounts owed
to the other party under this Contract all damages and expenses incurred as a result
of the other party’s breach of this Contract.
12.4.
Other Remedies. Upon breach of this Contract, each party may seek all legal and
equitable remedies to which it is entitled. The remedies set forth herein shall be
deemed cumulative and not exclusive and may be exercised successively or
concurrently, in addition to any other available remedy. However, under no
circumstances shall the Airport be liable to the Company for damages arising from
delay, whether caused by the Airport or not.
13. RELATIONSHIP OF THE PARTIES. The relationship of the parties established by this
Contract is solely that of independent contractors, and nothing contained in this Contract
shall be construed to (i) give any party the power to direct or control the day-to-day activities
of the other; (ii) constitute such parties as partners, joint ventures, co-owners or otherwise
as participants in a joint or common undertaking; (iii) make either party an agent of the other
for any purpose whatsoever, or (iv) give either party the authority to act for, bind, or
otherwise create or assume any obligation on behalf of the other. Nothing herein shall be
deemed to eliminate any fiduciary duty on the part of the Company to the City that may arise
under law or under the terms of this Contract.
14. AUDIT. During the term of this Contract and for a period of one (1) year after termination of
this Contract, the City shall have the right to audit, either itself or through an independent
auditor, all books and records and facilities of the Company necessary to evaluate the
Company’s compliance with the terms and conditions of the Contract or the City’s payment
obligations. The City shall pay its own expenses, related to such audits, but shall not have
to pay any expenses or additional costs of the Company. However, if non-compliance is
found that would have cost the City in excess of $10,000 but for the audit, then the
Company shall be required to reimburse the City for the cost of the audit.
15. RECORDS. The Company shall be responsible for keeping a record that accurately states
the number of hours worked or quantity of goods provided by the Company in the process of
providing the Work under the terms of the Contract. The City shall have the right to audit
the Company’s invoices, expense reports and other documents relating to the Work
performed under the Contract, and shall not be required to pay for Work which did not occur
or which occurred in breach of the Contract. The Company shall make such documents
available for inspection and copying by the City in Charlotte, North Carolina between the
hours of 9:00 a.m. and 5:00 p.m., Monday through Friday, whenever requested by the City.
16. INSPECTION. The Airport reserves the right to inspect the equipment, plant or other
facilities of the Company to confirm that such conform with the requirements set forth in
Exhibit A and are adequate and suitable for proper and effective performance of this
Cutaway and Low Floor Style Shuttle Buses – 2014-03-001
21
Contract. Such inspections shall be conducted during normal business hours and upon at
least three (3) days’ notice to the Company.
17. ACCEPTANCE OF THE WORK. The Work delivered under this Contract shall remain the
property of the Company until the Airport physically inspects, actually uses and accepts the
Work.
18. COMPANY PROJECT MANAGER. Where the ITB or the Contract requires the Company
to provide a Project Manager, their duties shall include, but are not limited to, the following:
18.1.
Coordination of Project schedules and the Company’s resource assignment based
upon the City’s requirements and schedule constraints;
18.2.
Acting as the Company’s point of contact for all aspects of the Contract
administration, including invoicing for the Work, and status reporting;
18.3.
Facilitation of review meetings and conferences between the City and the
Company’s executives when scheduled or requested by the City;
18.4.
Communications among and between the City and the Company’s staff;
18.5.
Promptly responding to the City’s Project Manager when consulted in writing or by email with respect to the Work deviations and necessary documentation;
18.6.
Identifying and providing the City with timely written notice of all issues that may
threaten the Company’s ability to provide the Work in a manner contemplated by the
Contract;
18.7.
Ensuring that adequate quality assurance procedures are in place through the
duration of the Contract term; and
18.8.
Meeting with other companies working on City projects that relate to this effort as
necessary to resolve problem and coordinate the provision of the Work.
19. DUTY OF THE COMPANY TO IDENTIFY AND REQUEST INFORMATION, PERSONNEL
AND FACILITIES. The Company shall identify and request in writing from the City in a
timely manner the following:
19.1.
All information reasonably required by the Company to perform each task comprising
the Work;
19.2.
The City’s personnel whose presence or assistance may reasonably be required by
the Company to perform each task comprising the Work; and
19.3.
Any other equipment, facility or resource reasonably required by the Company to
perform the Work.
Notwithstanding the foregoing, the Company shall not be entitled to request the City provide
information, personnel or facilities other than those which Exhibit A specifically requires the
City to provide, unless the City can do so at no significant cost. The Company shall not be
relieved of any failure to perform under this Contract by virtue of the City’s failure to provide
any information, personnel, equipment, facilities or resources that is not required under
Exhibit A or requested in writing. However, where the Company provides written notice and
the City fails to provide included information, personnel, facility or resources, the Company
shall notify the City in writing immediately in accordance with the notice provision of this
Contract. Failure to do so shall constitute a waiver by the Company for any claim or defense
it may otherwise have based on the City’s failure to provide such information, personnel,
facility or resource.
Cutaway and Low Floor Style Shuttle Buses – 2014-03-001
22
20. NON-DISCRIMINATION. The City has adopted a Commercial Non-Discrimination Policy
that is described in Section 2, Article V of the Charlotte City Code, and is available for
review on the City’s website (the “Non-Discrimination Policy”). The Company agrees to
comply with the Non-Discrimination Policy, and consents to be bound by the award of any
arbitration conducted thereunder. As part of such compliance, the Company shall not
discriminate on the basis of race, gender, religion, national origin, ethnicity, age, or disability
in the solicitation, selection, hiring, or treatment of subcontractors, vendors, suppliers, or
commercial customers in connection with a City contract or contract solicitation process, nor
shall the Company retaliate against any person or entity for reporting instances of such
discrimination. The Company shall provide equal opportunity for subcontractors, vendors
and suppliers to participate in all of its subcontracting and supply opportunities on City
contracts, provided that nothing contained in this clause shall prohibit or limit otherwise
lawful efforts to remedy the effects of marketplace discrimination that has occurred or is
occurring in the marketplace. The Company understands and agrees that a violation of this
clause shall be considered a material breach of this Contract and may result in termination
of this Contract, disqualification of the Company from participating in City contracts or other
sanctions.
As a condition of entering into this Contract, the Company agrees to: (a) promptly provide to
the City all information and documentation that may be requested by the City from time to
time regarding the solicitation, selection, treatment and payment of subcontractors in
connection with this Contract; and (b) if requested, provide to the City within sixty days after
the request a truthful and complete list of the names of all subcontractors, vendors, and
suppliers that Company has used on City contracts in the past five years, including the total
dollar amount paid by Contractor on each subcontract or supply contract. The Company
further agrees to fully cooperate in any investigation conducted by the City pursuant to the
City’s Non-Discrimination Policy as set forth in Section 2, Article V of the City Code, to
provide any documents relevant to such investigation that are requested by the City, and to
be bound by the award of any arbitration conducted under such Policy. The Company
understands and agrees that violation of this clause shall be considered a material breach of
this Contract and may result in contract termination, disqualification of the Company from
participating in City contracts and other sanctions.
The Company further agrees to provide to the City from time to time on the City’s request,
payment affidavits detailing the amounts paid by Company to subcontractors and suppliers
in connection with this Contract within a certain period of time. Such affidavits shall be in
the format provided by the City.
21. COMPANY WILL NOT SELL or DISCLOSE DATA. The Company will treat as confidential
information all data provided by the City in connection with this Contract. City data
processed by the Company shall remain the exclusive property of the City. The Company
will not reproduce, copy, duplicate, disclose, or in any way treat the data supplied by the City
in any manner except that contemplated by this Contract.
22. WORK ON CITY’S PREMISES. The Company will ensure that its employees and agents
shall, whenever on the City’s premises, obey all instructions and directions issued by the
City’s Project Manager with respect to work on the City’s premises. The Company agrees
that its personnel and the personnel of its subcontractors will comply with all rules,
regulations and security procedures of the City when on the city’s premises.
23. NO LIENS. All products provided under this Contract shall be delivered and remain free
and clear of all liens and encumbrances.
24. BACKGROUND CHECKS.
Prior to starting work under this Contract, the Company is
Cutaway and Low Floor Style Shuttle Buses – 2014-03-001
23
required to conduct a background check on each Company employee assigned to work
under the Contract, and shall require its subcontractors (if any) to perform a background
check on each of their employees assigned to work under the Contract (collectively, the
“Background Checks”). Each Background Check must include: (a) the person’s criminal
conviction record from the states and counties where the person lives or has lived in the
past seven years; and (b) a reference check.
24.1.
The Company must follow all State and Federal laws when conducting Background
Checks, including but not limited to the Fair Credit Reporting Act requirements, and
shall requires its subcontractors to do the same.
24.2.
The Company shall notify the City of any information discovered in the Background
Checks that may be of potential concern for any reason.
24.3.
The City may conduct its own background checks on principals of the Company as
the City deems appropriate. By operation of the public records law, backgroundcheck conducted by the City are subject to public review upon request.
25. DRUG-FREE WORKPLACE. The City is a drug-free workplace employer. The Company
hereby certifies that it has or it will within thirty (30) days after execution of this Contract:
25.1.
Notify employees that the unlawful manufacture, distribution, dispensation,
possession, or use of controlled substance is prohibited in the workplace and
specifying actions that will be taken for violations of such prohibition;
25.2.
Establish a drug-free awareness program to inform employees about (i) the dangers
of drug abuse in the workplace, (ii) the Company’s policy of maintaining a drug-free
workplace, (iii) any available drug counseling, rehabilitation, and employee
assistance programs, and (iv) the penalties that may be imposed upon employees
for drug abuse violations;
25.3.
Notify each employee that as a condition of employment, the employee will (i) abide
by the terms of the prohibition outlines in (a) above, and (ii) notify the Company of
any criminal drug statute conviction for a violation occurring in the workplace not later
than five days after such conviction;
25.4.
Impose a sanction on, or requiring the satisfactory participation in a drug counseling,
rehabilitation or abuse program by an employee convicted of a drug crime;
25.5.
Make a good faith effort to continue to maintain a drug-free workplace for employees;
and
25.6.
Require any party to which it subcontracts any portion of the work under the contract
to comply with the provisions of this Section.
A false certification or the failure to comply with the above drug-free workplace requirements
during the performance of this Contract shall be ground for suspension, termination or
debarment.
Cutaway and Low Floor Style Shuttle Buses – 2014-03-001
24
26. NOTICES. Any notice, consent or other communication required or contemplated by this
Contract shall be in writing, and shall be delivered in person, by U.S. mail, by overnight
courier, by electronic mail or by telefax to the intended recipient at the address set forth
below. Notice shall be effective upon the date of receipt by the intended recipient; provided
that any notice which is sent by telefax or electronic mail shall also be simultaneously sent
by mail deposited with the U.S. Postal Service or by overnight courier. Each party may
change its address for notification purposes by giving the other party written notice of the
new address and the date upon which it shall become effective.
Communications that relate to any breach, default, termination, delay in performance,
prevention of performance, modification, extension, amendment, or waiver of any provision
of this Contract shall be sent to:
For The Company:
For The City:
Charlotte Douglas International Airport
Attn:
5601 Wilkinson Boulevard
Charlotte, NC 28208
Phone:
Fax:
E-mail:
With Copy To:
With Copy To:
Charlotte Douglas International Airport
Attn:
5601 Wilkinson Boulevard
Charlotte, NC 28208
Phone:
Fax:
E-mail:
All other notices shall be sent to the other party’s Project Manager at the most recent
address provided in writing by the other party.
27. MISCELLANEOUS.
27.1.
Non-Exclusivity. The Company acknowledges that it is one of several providers of
the Work to the City and the City is not obligated to contract with the Company for
any particular project.
27.2.
Time is of the Essence. Time is of the essence in having the Company perform all
Work and deliver all items within the time frames provided by this Contract and
Exhibit A, including all completion dates, response times and resolution time.
Except as specifically stated in the Contract, there shall be no extensions of the
stated time frames. All references to days in this Contract (including the Exhibits)
shall refer to calendar days rather than business days, unless the Contract provides
otherwise for a specific situation.
27.3.
Entire Contract. This Contract including all Exhibits constitutes the entire agreement
Cutaway and Low Floor Style Shuttle Buses – 2014-03-001
25
between the parties with respect to the subject matter herein. There are no other
representations, understandings, or agreements between the parties with respect to
such subject matter. This Contract supersedes all prior agreements, negotiations,
representations and bids, written or oral.
27.4.
Amendment. No amendment or change to the Contract shall be valid unless in
writing and signed by both parties to the Contract.
27.5.
Service Changes and Change Orders. In the event changes to the Work (collectively
“Change”), become necessary or desirable to the parties, the parties shall follow the
procedures set forth in this Section. A Change shall be effective only when
documented by a written amendment to this Contract executed by both parties. The
amendment shall set forth in detail (i) the Change requested, including all
modifications of the duties of the parties; (ii) the reason for the proposed Change;
and (iii) a detailed analysis of the impact of the Change on the results of the Work
including the impact on all delivery dates and any associated price.
In the event either party desires a Change, the Project Manager for such party shall
submit to the other party’s Project Manager a written request for the Change. If the
receiving party does not accept the Change within ten (10) days, the receiving party
shall be deemed to have rejected the Change request. If the parties cannot reach an
agreement on a proposed Change, the Company shall nevertheless continue to
render performance under this Contract in accordance with its (unchanged) terms
and conditions.
Changes that involve or increase the amounts payable by the City require execution
by the Aviation Director or a designee depending on the amount. Some increases
may require execution by the City Manager or a designee or approval by Charlotte
City Council.
27.6.
Governing Law and Jurisdiction. North Carolina law shall govern the interpretation
and enforcement of this Contract, and any other matters relating to this Contract (all
without regard to North Carolina conflicts of law principles). All legal actions or other
proceedings relating to this Contract shall be brought in a state or federal court sitting
in Mecklenburg County, North Carolina. By execution of this Contract, the parties
submit to the jurisdiction of said courts and hereby irrevocably waive any and all
objections which they may have with respect to venue in any court sitting in
Mecklenburg County, North Carolina.
27.7.
Binding Nature and Assignment. This Contract shall bind the parties and their
successors and permitted assigns. Neither party may assign this Contract without
the prior written consent of the other. Any assignment attempted without the written
consent of the other party shall be void. For purposes of this Section, a Change in
Control, as defined in Section 27.13 constitute an assignment.
27.8.
Survival of Provisions. Those Sections of the Contract and the Exhibits, which by
their nature would reasonably be expected to continue after the termination of the
Contract shall survive the termination of the Contract, including, but not limited to, the
indemnification and definition Sections of this Contract.
27.9.
Severability. The invalidity of one or more of the phrases, sentences, clauses or
sections contained in this Contract shall not affect the validity of the remaining
portion of this Contract so long as the material purposes of this Contract can be
determined and effectuated. If any provision of this Contract is held to be
unenforceable, then both parties shall be relieved of all obligations arising under
Cutaway and Low Floor Style Shuttle Buses – 2014-03-001
26
such provision, but only to the extent that such provision is unenforceable, and this
Contract shall be deemed amended by modifying such provision to the extent
necessary to make it enforceable while preserving its intent.
27.10. No Publicity. No advertising, sales promotion or other materials of the Company or
its agents or representations may identify or reference this Contract or the City in any
manner without the prior written consent of the City. Notwithstanding the forgoing,
the parties agree that the Company may list the City as a reference in responses to
invitations to bid or requests for proposals, and may identify the City as a customer in
presentations to potential customers.
27.11. No Manufacturer or Dealer Advertisement. No manufacture or dealer shall advertise
on goods delivered to the Airport without prior approval by the Aviation Director, or
his designee.
27.12. Waiver. No delay or omission by either party to exercise any right or power it has
under this Contract shall impair or be construed as a waiver of such right or power.
A waiver by either party of any covenant or breach of this Contract shall not
constitute or operate as a waiver of any succeeding breach of that covenant or of
any other covenant. No waiver of any provision of this Contract shall be effective
unless in writing and signed by the party waiving the rights.
27.13. Change in Control. In the event of a change in “Control” of the Company (as defined
below), the City shall have the option of terminating this Contract by written notice
to the Company. The Company shall notify the City within ten days of the
occurrence of a change in control. As used in this Contract the term “Control” shall
mean the possession, direct or indirect, of either (i) the ownership of or ability to
direct the voting of, as the case may be fifty-one percent (51%) or more of the equity
interests, value or voting power in the Company or (ii) the power to direct or cause
the direction of the management and policies of the
Company whether through
the ownership of voting securities, by contract or otherwise.
27.14. Force Majeure. Neither party hereto shall be liable to the other for any failure, delay
or interpretation in the performance of any of the terms, covenants, or conditions of
this Contract due to causes beyond the control of that party including, but not limited
to, court order, shortages of materials, acts of God, act of the public enemy, acts of
superior governmental authority, weather conditions, floods, riots, rebellion, sabotage
or other circumstances for which such party is not responsible, which the party
cannot reasonably circumvent or which are not in its power to control, for as long as
such cause continues. This Section does not include strikes, slow-downs, walkouts,
lockouts and individual disputes.
27.15. No Limitations on Disclosure. The Company agrees that the Airport shall be able to
disclose and distribute to any persons or entities, without restrictions, all Work and
samples provided under this Contract or the ITB. The Company specifically agrees
that the Airport can and will provide samples of the Work provided under this
Contract to the Company’s competitors in any future procurement process.
27.16. No Bribery.
The Company certifies that neither it, any of its affiliates or
subcontractors, nor any employees of any of the forgoing has bribed or attempted to
bribe an officer or employee of the City in connection with this Contract.
27.17. Familiarity and Compliance with Laws and Ordinances. The Company agrees to
make itself aware of and comply with all local, state and federal ordinances, statutes,
laws, rules and regulations applicable to the Work. The Company further agrees that
Cutaway and Low Floor Style Shuttle Buses – 2014-03-001
27
it will at all times during the term of this Contract be in compliance with all applicable
federal, state and/or local laws regarding employment practices. Such laws will
include, but shall not be limited to workers’ compensation, the Fair Labor
Standards Act (FLSA), the Americans with Disabilities Act (ADA), the Family and
Medical Leave Act (FMLA) and all OSHA regulations applicable to the work.
27.18. Taxes. The Company shall pay all applicable federal, state and local taxes which
may be chargeable against the performance of the Work.
27.19. E-VERIFY. As a condition for payment under this Contract, Company shall (ii)
comply with the E-Verify requirements set forth in Article 2 of Chapter 64 of the North
Carolina General Statutes (the “E-Verify Requirements); and (ii) cause each
subcontractor under this Contract to comply with such E-Verify Requirements as
well. Company will indemnify and save harmless the City from all losses, damages,
costs, expenses (including reasonable attorneys’ fees), obligations, duties, fines,
penalties, interest changes and other liabilities (including settlement amounts)
incurred on account of any failure by Company or any subcontractor to comply with
the E-Verify Requirements.
28. NON-APPROPRIATION OF FUNDS. If the City Council does not appropriate the funding
needed by the City to make payments under this Contract for a given fiscal year, the City will
not be obligated to pay amounts due beyond the end of the last fiscal year for which funds
were appropriated. In such event, the City will promptly notify the Company of the nonappropriation and this Contract will be terminated at the end of the last fiscal year for which
funds were appropriated. No act or omission by the City, which is attributable to nonappropriation of funds shall constitute a breach of or default under this Contract.
[Intentionally Left Blank]
Cutaway and Low Floor Style Shuttle Buses – 2014-03-001
28
IN WITNESS WHEREOF, and in acknowledgment that the parties hereto have read and
understood each and every provision hereof, the parties have caused this Contract to be
executed on the date first written above.
(INSERT COMPANY NAME)
BY: _____________________________
SIGNATURE: ________________________
TITLE: _________________________
DATE: ________________________
CITY OF CHARLOTTE
BY: _____________________________
SIGNATURE: ________________________
TITLE: _________________________
DATE: ________________________
This instrument has been pre-audited in the manner required by Local Government
Budget and Fiscal Control Act.
CITY OF CHARLOTTE
FINANCE DEPARTMENT
BY:
_________________________________________________
(Signature)
TITLE: ________________________________________________
Cutaway and Low Floor Style Shuttle Buses – 2014-03-001
29
EXHIBIT A: Specifications
1. Scope of Work: The scope of this contract shall be to provide two types of shuttle
buses: (1) diesel-powered cutaway and (2) mid-size, heavy-duty, low floor design for
use at the Airport. All buses are required to have perimeter seating.
2. Contract Types: The Contract resulting from this ITB will be of the type indicated
below:
___
Definite Quantity: The Contract will be a fixed-price contract that provides for
delivery of a specified quantity of products and any related services either at
specified times or when ordered.
X
Indefinite Quantity: The Contract will be a unit price contract for an indefinite
amount of products to be furnished at specified times, or as ordered. In some
cases, indefinite quantity contracts may state a minimum quantity that the Airport
is obligated to order but in others the Airport reserves the right to purchase
according to actual need and does not guarantee quantities. The Airport may
make available to Bidders information regarding the Airport’s purchase history or
projected estimates of the approximate quantity of products that will be needed.
Notwithstanding such information, each Bidder is required to perform its own due
diligence on which to base its bid. Inaccuracy of information provided by the
Airport will not give rise to any claim against the Airport, or entitle any Bidder to
rescind its Bid or the Company to terminate or amend the Contract.
3. Terms of Contract:
X
Unit Price Contract: Contract awarded is for a unit price when products and
service needs are based upon indefinite quantities, and where orders will be
based on actual needs that may exceed or be less than projections. All
expenditures under a unit price contract are contingent upon appropriations
having been made by City Council.
Contract Terms and Renewal Options: The contract term shall be for a period
of three (3) years from the date of award. The City at its option may extend the
contract for up to two (2) additional one-year extensions unless the Bidder
objects in writing at least ninety (90) days prior to the beginning of the extension
term.
____ One Time Purchase: Contract awarded is for a specific quantity purchased at
one time.
4. General Requirements: All equipment and component parts furnished shall be new,
meet all requirements of these Specifications and be in operating condition at time of
delivery. Bids submitted in response to this ITB must comply with all terms and
conditions and Specifications as listed.
5. Warranty: All equipment and goods supplied under these Specifications shall be
covered by the manufacturer’s normal written guarantee and/or warranty (minimum of
one year) against defects in materials, workmanship and performance.
The Company warrants that all labor and equipment provided on each bus, whether
installed initially or under subsequent purchase orders, shall be newly manufactured
equipment or assembled from new manufactured parts. The vendor further warrants
that each bus will be free from defects in workmanship and materials in accordance
with the manufacturer’s standard warranty from the date of delivery of that bus.
Cutaway and Low Floor Style Shuttle Buses – 2014-03-001
30
a. Two copies of the manufacturer’s written warranty shall be supplied with the
equipment.
b. It shall be the responsibility of the manufacturer to pay all shipping and crating costs
associated with warranty repairs.
c. Warranty repairs shall be performed by the contractor at the customer’s site on
request.
6. Pricing. Bids must be submitted as a unit cost. Total bid price must include all
equipment, labor, delivery, installation, consultation, vendor profit, shipping, freight,
taxes and all other costs associated with this project. No additional cost will be allowed.
Companies must propose on ALL parts of the project. The Company’s price must be
all–inclusive and stated in United States dollars. All miscellaneous charges must be
captured in the total bid price.
All work must be completed in full within agreed time frame. Any work found to be substandard or unfinished will not be paid until work is completed and standard is
approved. Payment will be made only upon original scope of work. Work which fails to
meet deadlines will have their payments held until work is completed in full.
7. Price Adjustment as Part of the Bid. To submit price adjustments as part of your Bid,
you must: (a) comply with any limitations or instructions that are stated in this ITB; and
(b) state very clearly in the Price Sheet of your Bid Response Forms the proposed price
adjustments or, if permitted, the price adjustment formula. Restrictions and instructions
regarding price adjustments are provided in the Bid Response Forms. It is important
that the Bidder check for these restrictions and instructions carefully. In some instances
price adjustments are not permitted as part of the Bid. In other instances formula price
increases are prohibited due to the difficulty they create in comparing Bid prices.
8. Price Adjustment if Not Included as Part of the Bid. If price adjustments are not
included in your Bid, the price(s) stated in your Bid shall apply for the entire term of the
Contract unless the Airport approves a price adjustment in writing in accordance with
the following terms:
a. Price increases shall only be allowed when justified in the Airport’s sole discretion
based on legitimate, bona fide increases in the cost of materials. No adjustment
shall be made to compensate the Company for inefficiency in operation, increase in
labor costs or for additional profit.
b. To obtain approval for a price increase, the Company shall submit a written request
to the Airport’s Project Manager, at the address listed below, together with written
documentation sufficient to demonstrate that the increase is necessary based on
legitimate increase in the cost of materials. The request must state and fully justify
the proposed price increase per unit over the price originally bid.
Charlotte Douglas International Airport
CLT Center
5601 Wilkinson Boulevard
Charlotte, NC 28208
Attention: Bob Topel
c. No proposed price increase shall be valid unless accepted by the Airport in writing.
The Airport may approve such price increase for the remaining term of the Contract
or for a shorter specified period, in the Airport’s sole discretion. If the Airport rejects
such price increase, the Company shall continue to perform under the Contract.
Cutaway and Low Floor Style Shuttle Buses – 2014-03-001
31
d. If the Airport approves a price increase pursuant to this Section and the market
factors justifying the increase shift so that the increase is no longer justified, the
Airport shall have the right to terminate the price increase and revert back to the
prices that were in effect immediately prior to the increase. The Company shall
notify the Airport in writing if the market factors on which the Airport granted the
increase change such that the Airport’s reasons for granting the increase no longer
apply.
9. Quantity: The City does not guarantee quantities and will purchase quantities of
according to actual need during the term of the Contract. The quantities listed in this
ITB are estimates only, and may differ substantially from actual quantities ordered.
•
Cut-away style – (10) ten upon award of contract and four (4) each following
year over the three year Contract.
•
Low Floor style - Undetermined at this time. Several will be purchased over the
three year Contract.
10. Invoices. Billing Invoice shall be sent to:
City of Charlotte AP
Aviation Department
P.O. Box 37979
Charlotte NC 28237-7979
11. Placement of Orders. All orders will be placed by a City designated personnel on an
as needed basis for the quantity required at the time during the term of the Contract.
Orders will be placed by means of a purchase order, or other approved authorization
method.
12. Items under Contract. The Airport reserves the right to add or delete items to the
Contract if particular items should become discontinued or an upgraded item become
available to the industry market. Any new or replacement items added will be subject to
bid statute requirements. The Airport may also delete items in the Contract if items are
no longer needed.
13. Delivery Timeframe. The delivery baseline for the Cut-away style is 120 days. The
delivery baseline for the Low-floor style is 240 days. Bidders must state any delivery
time exceeding the baseline. For the requested delivery time under this Contract, time
is of the essence. The Company’s bid is deemed a binding commitment to meet the
delivery time stated above unless the Bid specifically takes exception.
14. Preparation for Delivery.
a. Pre-Delivery Inspection. The buses shall be delivered to the Company that is
awarded the contract by the Airport complete with all necessary appurtenances and
equipment, manufacturer’s certificate of origin, safety inspection, and shall be ready
for operation. Upon delivery of the buses to the Company, the City shall be notified
so that the buses can be inspected and tested before final delivery to the Airport. The
City shall not be deemed to have accepted any bus until it has successfully passed
all such tests and inspections in the sole and absolute opinion of the City. The City
will notify the Company in writing within 15 days of receipt if the bus has/ has not
been accepted. A letter of non-acceptance or a Motor Vehicle Report will furnish
details of the deficiencies.
Cutaway and Low Floor Style Shuttle Buses – 2014-03-001
32
b. Condition and Packaging. All containers and packaging shall be suitable for
handling, storage or shipment, without damage to the contents. The Company shall
make shipments using the minimum number of containers consistent with the
requirements of safe transit and available mode of transportation. The Company will
be responsible for confirming that packing is sufficient to assure that all materials
arrive at the correct destination in an undamaged condition ready for their intended
use.
c. Marking. All cartons hall be clearly identified with the Airport contract number and
Project Manager’s name. Packing lists must be affixed to each carton identifying all
contents included in the carton. If more than one carton is shipped, each carton
must be numbered and must state the number of the carton in relation to the total
number shipped (i.e. 1 of 4, 2 of 4, etc.).
d. Shipping. The Company shall follow the following shipping instructions as stated in
the ITB, on the purchase order or as written in the contract.
15. Delivery. Bid prices shall include delivery of all vehicles to the City of Charlotte, 5550
Wilkinson Blvd. Charlotte, NC 28206, include the regular warranty, any North Carolina
motor vehicle safety inspection required and service regularly furnished on new
vehicles sold to the public. Delivery shall be determined by signed receipt of the City’s
designated representative at the point of delivery indicated above and may be preceded
by an inspection of the buses. The buses shall be delivered following receipt of Airport’s
purchase order. Delivery shall be scheduled no less than 48 hours in advance and
made Robert McEachern a minimum of 48 hours in advance at 704-359-4049 for
delivery appointment and instructions.
All buses under this Contract shall be delivered F.O.B. destination within the time frame
specified in Section 13 above. Failure to comply with this requirement shall be cause to
terminate this Contract unless such failure is confined to infrequent and isolated
instances, which do not involve major purchases.
a. Fuel Level at Delivery. All buses shall be delivered to the F.O.B. location with the
fuel tank containing a full tank of fuel and full tank of Diesel Exhaust Fluid.
b. Delay in Delivery. In the event of delivery of completed buses purchased under this
contract shall be necessarily delayed because of strike, injunctions, government
controls, weather, or by reason of any other cause or circumstance beyond the
control of the Company, the time of completion of delivery shall be extended by
mutual agreement between City and the Company.
Cutaway and Low Floor Style Shuttle Buses – 2014-03-001
33
16. Delivery Documentation. The successful bidder will be responsible to furnish the
following materials upon delivery:
(1) Dealer invoice.
(1) MSO/Certificate of origin. (1) MVR-1 Title application.
(1) MVR-180 mileage/odometer statement. (1) Copy of the P.O. issued to vendor.
(1) Warranty card or booklet per vehicle.
(1) Copy of manufacturer build sheet per vehicle.
(1) Copy of operator’s manual per vehicle.
(1) A clear and legible wiring diagram of all components installed, both original and
added, shall be furnished.
(1) Dealer Service Manual for chassis, vehicle body, air conditioner, to include a
maintenance and inspection schedule (1 hardcopy plus 1 electronic copy per order)
(1) Dealer Safety Manual describing operator "do's" and "don’t’s" for safe vehicle
operation. (1 copy per vehicle)
(1) Copy of Delayed Warranty Start Form.
17. Installation. Only experienced professionals should install all Work. All work must be
performed according to the standards established under this Contract and meet
manufacturer’s specifications and industry standards. It shall be the obligation of the
installer to obtain clarification from the Airport’s Project Manager concerning questions
or conflicts in any drawings and the terms of this Contract in a timely manner as to not
delay the progress of the work. All permits and inspections are the sole responsibility of
the Company.
18. Product Specifications & Standards. See Technical Specifications for each bus style
below.
19. Demonstrations. The opportunity to present a demo bus will not be granted for this
ITB.
20. Quality. Unless the ITB specifically states otherwise for a particular item, all
components used to manufacture or construct any supplies, materials or equipment or
goods provided under this Contract shall be: (a) new; (b) the latest model; (c) of the
best quality and highest grade workmanship; and (d) in compliance will all applicable
federal, state and local laws, regulations and requirements. By “new,” the Airport
means that the item has been recently produced and has not been previously sold or
used.
21. Documentation. The Company will provide, where applicable. for all Work purchased
under this Contract, written or electronic documentation that is complete and accurate,
and sufficient to enable Airport employees with ordinary skills and experience to utilize
such Work for the purpose for which the Airport is acquiring them. Such documentation
may take the form of user manuals or online instruction.
22. OSHA / DOT State and Federal Laws: All complete units shall meet all OSHA, State,
Federal, DOT regulations.
23. Training, Inspection and Acceptance. Training for drivers and mechanics will be
required as part of the Contract. Upon delivery and prior acceptance, the successful
bidder or a company representative will be required to conduct the necessary technical
training and operation and maintenance procedures to City personnel concerned or
Cutaway and Low Floor Style Shuttle Buses – 2014-03-001
34
provide a schedule whereby the manufacturer provides such training locally. Any
training costs must be borne by the bidder.
24. Customer Service Representative. The Company must dedicate a Full-Time “Account
Executive” for servicing the City. The account executive must be available by cell
phone. The cell phone must be operational at all times. All communicational contact,
either via phone, email, etc. must be addressed with a response within two (2) business
days. The account executive must be available to attend meetings regarding Shuttle
Bus issues upon request. The account executive will be responsible for providing
immediate response and quick resolution of all the service issues and complaints of
City personnel. The account executive must have an in-depth knowledge of all items
provided in this bid and have immediate access to manufacturers providing the Shuttle
Buses. He or she must have the ability and authority to make decisions on behalf of
their employer enabling them to provide normal, emergency and weekend service as
necessary.
25. =Subcontract. The Company shall not subcontract any of its obligations under this
Contract without the Airport’s prior written consent. In the event the Airport does
consent in writing to a subcontracting arrangement, Company shall be the prime
contractor and shall remain fully responsible for performance of all obligations which it
is required to perform under this Contract. Any subcontract entered into by Company
shall name the Airport as a third party beneficiary.
26. Environmental Preferable Purchasing. The Airport promotes the practice of
environmentally preferably purchasing in acquiring products. Attributes that may be
taken into consideration as environmental criterion include the following: recycled
content, renewable resources, recyclability, packaging, biodegradability, reduced
toxicity, energy and water efficiency, low volatile organic compounds durability and take
back options.
Environmental preferable purchasing includes products that have a lesser or reduced
effect on human health and the environment when compared with competing products
that serve the same purpose. This comparison may consider raw materials acquisition,
production, manufacturing, packaging, distribution, reuse, operation, maintenance or
disposal of the product. The Company is encouraged to supply products that contain
environmentally preferable attributes. Certification of environmental standards and
other environmental claims must be signed by a senior company official and provided to
the Airport.
27. Contract Monitoring/Reporting. The Company will be required to submit bi-monthly
production status reporting/progress reports to the Airport to ensure progress toward
the expected results and outcome. Any delay in production and/or manufacturing
should be identified and addressed timely and appropriately.
To request a Word or Excel version of the pricing and/or technical specifications
please email cibailey@cltairport.com.
Cutaway and Low Floor Style Shuttle Buses – 2014-03-001
35
EXHIBIT A - TECHNICAL SPECIFICATIONS
Cutaway and Low Floor Style Shuttle Buses – 2014-03-001
1
TECHNICAL SPECIFICATIONS - CUT-AWAY STYLE BUS
COMPANY NAME:_________________________________________________
1.0 General:It is the intent of these Technical Specifications to describe the desired, dieselpowered Cutaway buses for use at Charlotte Douglas International Airport. The Airport is
seeking a quality, well built bus that is superior insulated and easy to maintain temperature
while still economical to operate and give years of corrosion free service.
2.0 Conformity
The product furnished shall be of first class quality and the workmanship shall be the best
2.1 obtainable in various trades.
The design of the body, chassis, and equipment the contractor proposes to furnish shall be of
the latest design and model so as to produce a vehicle of substantial and durable
2.2 construction in all respects.
No advantage shall be taken by the contractor in the omission of any part or detail which is
required to make the buses fully serviceable and durable operational vehicles in all respects
2.3 even though such parts or detail are not mentioned in these specifications.
All units or parts not specified shall be manufacturer's standard units. In all cases, material
2.4 and dimensions shall be furnished as specified.
The vehicle and all related equipment provided shall meet all applicableState and Federal
2.5 laws, vehicle codes, regulations, and standards.
3.0 Responsibility
The contractor shall assume responsibility for all design and satisfactory operation of the
vehicle; furnishing and delivering all vehicles, material, and accessories whether or not the
same are manufactured by the Contractor or purchased ready-made from an outside source.
3.1
The Contractor shall assume responsibility and all costs of delivery to the designated
3.2 location, fully equipped in accordance with the specifications and proposal.
4.0 Maintainability
Prime consideration shall be given to the ease of maintaining the buses. Bus components and
systems, both mechanical and electrical that require periodic physical work or inspection
processes, shall be installed so that a minimum of time is consumed in gaining access to the
critical areas. To the extent possible, disassembly of portions of the bus structure and
4.1 equipment to gain access to these areas will be minimized.
Each bus shall be designed to facilitate the disassembly, reassembly, servicing, or
maintenance thereof by the use of tools and items which are normally available as
4.2 commercial standard items.
5.0 Serviceability
Each bus shall be designed and built with ease of service in mind. The front, full width hood
shall open as a single panel and when in the open position shall be in front of the windshield
5.1 to provide service access to the following systems and components:
5.2 Service check
The addition of fluids for engine, transmission and power steering oils, brake hydraulic fluid,
5.3 coolant and windshield washer fluid and battery water.
Components accessible for service shall include at a minimum the master wheelchair lift
circuit breaker (if selected), radiator, electronic control module windshield wiper motors, and
the brake interlock assembly. The hood shall be latched by a primary cable release and a
secondary hand release. Interior engine accessibility shall be through the sound deadened
and heat insulated engine cover. This cover shall be neoprene gasket sealed and mechanical
5.4 latch retained.
YES
NO
EXCEPTIONS
COMPANY NAME:_________________________________________________
6.0 VEHICLE DESCRIPTION
The vehicle shall be a "cutaway type" bus utilizing the most current model year DIESEL
cutaway chassis based on seating capacity and be designed and constructed to ensure a
minimum service life of at least 7 years/200,000 miles in daily or revenue service. The
vehicle shall be capable of operating at least 28,000 miles annually, including the last year of
6.1 service. Refer to page 5 of this document for vehicle specifics.
The bus shall be new and unused, of current production model, with the latest design
features. The unit shall be delivered fully operational and ready for field use with all
necessary maintenance equipment and accessories. The bus shall, in all respects, be
equipped to operate legally on State highways, night and day, and shall, in all respects,
conform to State and Federal regulations pertaining to the equipment herein described. All
parts of this vehicle shall conform as applicable to provisions of the Code of Regulations,
6.2 FMVSS, and the Americans with Disabilities Act (ADA).
ISO Certification- The manufacturer of the buses shall have a proven third-party certified
quality control system in place and shall be ISO 9001:2008 certified at the facility that will
produce the buses as bid. Written certification of ISO 9001 :2008 compliance shall be
6.3 included with the bid submission documents.
QVM Certification- The manufacturer of the buses shall be a Transit Bus QVM participant and
6.4 have a "fully meet" rating.
Pedestrian Safety- Exterior protrusions greater than .50 inches and within 80 inches of the
ground shall have a radius no less than the amount of the protrusion. The left and right side
rear-view mirrors and required running lights and reflectors shall be exempt
6.5 from the protrusion requirement.
Grills, doors, bumpers and other features on the sides and rear of the buses shall be designed
to minimize the ability of unauthorized riders to secure toeholds, and hand holds.
6.6
7.0 Overall Performance
The bus shall achieve normal operation in ambient temperature ranges of -1 oo F to 11 oo F,
at relative humidity between 5% and 100%, and at altitudes up to 3,000 feet above sea level.
7.1
Speed, gradability, and acceleration performance requirements per SAE J1995 shall be met.
7.2
No electrical and electronic subsystem or component shall generate, or be affected by,
electromagnetic interference or radio frequency interference (EMI/RFI) that can disturb the
7.3 performance of electrical/electronic equipment as defined in SAE J1113.
7.4 d. The bus-generated noise level shall conform to SAE Standard J366.
Each bus shall conform to the air pollution control standards of the U.S. Environmental
Protection Agency (EPA) and all applicable state and local regulations at time of
7.5 manufacturing.
7.6 Body assembly shall meet or exceed FMVSS 220 requirements.
7.7 Passenger seats shall meet or exceed FMVSS 207 requirements.
Each vehicle shall be tested with a simulated Altoona Test Track using the same criterion as
7.8 the durability track at the FTA testing facility.
Each vehicle shall be water-leak tested for a minimum of ten (10) minutes in a water-spray
7.9 booth specifically designed for such tests.
8.0
8.1
8.2
8.3
8.4
Diminsions
Length, overall bumpers 23' 2"
Width, overall body (maximum) 96"
Height, overall (@ GVWR)
Approximately (excluding roof vents) 115"
YES
NO
EXCEPTIONS
8.5
8.6
8.7
8.8
8.9
8.10
8.11
8.12
8.13
8.14
8.15
8.16
8.17
8.18
8.19
8.20
8.21
8.22
8.23
8.24
8.25
COMPANY NAME:_________________________________________________
Wheelbase 159"
Overhang, front 30"
Overhang, rear 88"
Width, front tires overall 78"
Width, rear tires overall 95"
Width, rear tires overall 97"
Helght, floor(@ GVWR) (maximum) 28"
Height, first step (@GVWR)
(maximum) 11.5"
Height, Interior (minimum)
*5" lower for raised floor units 79"
Width, Interior@ seat cushion level 91"
Width, aisle Variable
Width, door (clear) standard 26"
Width, door (clear) optional 32" & 36"
Height, door (clear) 79.5"
GVWR (maximum) 14,200 lbs
Turning radius (outside body corner) 28' 1"
Approach angle 22- 27°
Breakover angle 15°
Departure angle 10°
9.0 Clearances
Ground -each bus shall have a minimum 9.5-inch ground clearance at any position under the
9.1 bus, excluding axle zones.
Angles- each bus shall have a minimum angle of approach of 22 degrees, minimum angle of
departure of 10 degrees and minimum breakover angle of 15 degrees so they may safely
9.2 negotiate varying driving conditions in their service area.
10.0 Vehicle Weight
It shall be a design and engineering goal of these buses to be as light in weight as possible
10.1 without any degradation of safety, appearance, comfort or performance.
DRIVE TRAIN / UNDERCARRIAGE
11.0 Front Axle
The front axle shall be the chassis manufacturer's Heavy-Duty standard and shall be
manufactured and installed with proper wheel and axle geometry so that imperfect axle
11.1 operation will not be encountered in service.
11.2 The axle shall be rated for the gross loads that the bus builder's design requires.
12.0 Rear Axle
12.1 The rear axle shall be the chassis manufacturer's Heavy-Duty standard.
13.0 Axle Stops
Rubber axle stops shall be provided between the axle and the frame on each side of both
13.1 axles to prevent axle and/or frame damage in severe bounce conditions.
14.0 Shock Absorbers
Shock absorbers suitable for the vehicle application shall be installed and used in lieu of the
14.1 shock absorbers provided by the chassis manufacturer.
15.0 Brakes
YES
NO
EXCEPTIONS
COMPANY NAME:_________________________________________________
The braking system provided shall minimally comply with FMVSS 105 and 1 06. It shall be a
"dual" or "split" hydraulic braking system featuring; hydro-boost assisted, anti-lock braking
(ABS) and disc-type brakes at both the front and rear axles. All brake friction
15.1 material shall be "asbestos-free".
A "self-adjusting" parking brake system shall be provided. The parking brake system shall be
applied with a foot pedal and a warning light located on the dashboard shall illuminate when
the parking brake is applied. The parking brake friction material shall be "asbestos-free".
15.2
16.0 Tires
Six identical steel belted radial tires designed for primary use on "highways" shall be provided
with each bus. The tires shall be rated to meet or exceed the GVWR of the chassis and shall
16.1 be designed for use on the steel wheels provided with each bus.
All tires must be "dual-planed or dynamically" balanced and inflated for rated GVWR rating
16.2 prior to performing any road test.
16.3 Tire shall be size 225/75R16E radial.
17.0 Wheels
Six matching O.E.M. steel wheels with a rated capacity that meets or exceeds the GVWR of
the chassis shall be provided with each vehicle. The wheels shall be designed to mount and
operate properly on a fully assembled bus without any type of interference and shall not
17.1 negatively affect the handling or operation of the bus at anytime.
18.0 Gross Vehicle Weight Rating "GVWR"
18.1 The chassis Gross Vehicle Weight Rating "GVWR" shall be a minimum of 14,200 pounds.
19.0 Suspension
The front suspension shall consist of coil-type springs rated equal to or exceeding the
19.1 vehicle's front GVWR.
The rear suspension shall consist of two-stage, multi leaf-type springs rated equal to or
19.2 exceeding the vehicle's rear GVWR.
20.0 Steering
Each bus shall be equipped with power-assisted steering installed by the chassis
20.1 manufacturer. The steering column shall have a tilt feature.
21.0 Engine
21.1 A front mounted O.E.M. 6.6L Duramax Diesel or equivalent shall be provided.
The exhaust system shall be O.E.M. stainless steel exhaust pipes and muffler properly
installed with heat shields and baffles. The tailpipe shall be so designed as to direct exhaust
21.2 toward the rear of the bus.
22.0 Transmission
The transmission shall be chassis manufacturers standard automatic. The gear shift selector
shall incorporate a "Park" position and an "overdrive gear over-ride" feature. A heavy duty
auxiliary "air to transmission fluid" cooler shall be provided and installed by the chassis
22.1 manufacturer.
23.0 Drive Shaft
The drive shaft(s) shall be the largest available and be a minimum of 3 %" in diameter. The
drive shaft shall be easily removed from the bus without the disassembly of the universal
23.1 joints. Universal joints shall be equipped with lube fittings.
YES
NO
EXCEPTIONS
YES
COMPANY NAME:_________________________________________________
Two drive shaft guards shall be installed to prevent contact with the undercarriage of the bus
23.2 and the ground in the case of drive shaft universal joint failure.
24.0 Fuel Tank
The largest fuel tank capacity from the chassis manufacturer is required- 30 gallon minimum.
24.1
24.2 No access will be provided through the floor.
ELECTRICAL
25.0 Electrical System
The electrical system shall be designed to provide and distribute 12-volt DC power to all
electrical components in the bus. All add-on components must be "Plug and Play" to the
wiring harness. All primary connectors must be color coded to ensure proper connection. All
25.1 Primary connector circuit labels must be "hot-stamped" into the connector housing.
26.0 Wiring and Harness
All general purpose wi~ing shall be cross-linked polyolefin insulated, colored, numbered, and
function coded every 6" for positive identification, and shall meet the requirements of SAE J
1127 & J1128, types GXL and SGX. Precautions shall be taken to avoid damage from heat,
water, solvents, or chafing by proper routing, clamping, and the use of grommets or suitable
elastomeric cushion materials. Harnesses shall be designed to resist abrasion by the use of
Packard Electric flex-guard plastic loom. Harnesses shall be
26.1 sectional terminating at insulated multi-pin quick disconnects or junction blocks.
All electrical harness connectors shall be one-way, Amp plug-in type connectors. All exterior
electrical connectors shall be coated with di-electric spray to protect them from moisture
and corrosion. Each harness shall provide a minimum of (1) spare conductor so
marked. Primary distribution must contain (5) spare fuses to be used for add-on items rated
at a max of 30 Amps. All relays except the 70 Amp primary feed must be removable. All
connections to the distribution center must be Plug and Play Amp connectors. All connectors
on the distribution center must be clearly marked with circuit number and color-coded to
26.2 ensure proper installation.
27.0 Electrical Junction Panel
NO
EXCEPTIONS
27.1
27.2
27.3
27.4
COMPANY NAME:_________________________________________________
Electrical panels installed by the body builders shall be located for easy access. Circuit
breaker circuit protection shall be standard but spade type fuses may be used when
expressly required by the component manufacturer. Two spare electrical fuses that match
fuses used on the bus body and chassis shall be supplied with the bus and stored in a box or
spare circuit area at fuse box. All components shall be placed on the front of the electrical
panel for ease of service. A heavy-duty power distribution panel shall be provided and shall
be equipped with heavy-duty 12-volt DC relays. All fuse and relay identification shall be
incorporated within the electrical panel. The power distribution post must be directly tied to
the distribution center for minimum heat build-up. All fuses must contain a red L.E.D. light to
indicate when a fuse is non-functional. All relays must
contain a yellow L.E.D. light to indicate when the relay is "active". The system must have a
green L.E.D. light for O.E.M. "excited" operation. Relays must contain a green L.E.D. for relay
operation. Interior lights including reading, dome and destination sign must be relay
operated to increase the dependability of the driver switches. Standard options must
have "add-on" printed circuit cards attached to the rear of the primary electrical junction
panel that will include universal configuration for flasher, pull cord and heater systems to
ensure vehicle consistency. On-board buzzer must be utilized to allow all options to use a
single component with availability of adding an additional auxiliary. All grounds must be
single terminated to the primary electrical junction panel and cannot have multiple wires to
the same input or output. All standard options must be easily reversible through the use of
jumpers in order to add or remove additional options.
Flasher must contain option for OEM and/or additional lighting.
Heater must contain options for single and dual heaters with booster pump operation.
Pull Cord must contain single tone and dual tone chime.
28.0 Driver Switch Panel
The driver switch panel shall be located to the right of the O.E.M. instrument cluster,
integrated into the OEM dash for driver convenience, maximization of visibility and knee
room. All panel switches and function lights must use the same cut-out within the panel to
allow for changes in location. The O.E.M. cigarette lighter/power distribution plug must
remain available to the driver. All driver switch labels must be located on the switch itself and
include an L.E.D. backlight. Function lights must be "super bright" L.E.D. lights and operate
anytime a switch is in operation. All add-on NC systems must use the O.E.M. rear NC switch
28.1 when available on the chassis.
29.0 Electrical Charging System
The vehicle charging system shall be equipped with one alternator of 12-volt potential having
the largest charging capacity available from the chassis manufacturer. The alternator shall be
29.1 of the chassis manufacturer's design and installation.
30.0 Batteries
Batteries shall be dual, maintenance free 12-volt DC type with minimum of 1200 cold
30.1 cranking Amps (CAA).
30.2 The batteries shall be securely mounted.
The positive and ground battery cables shall be properly sized per SAE standards and
30.3 continuous run without any splices.
31.0 Wiring Schematics
31.1 Schematics for vehicle as well as the bus body shall be provided.
BUS BODY
32.0 Body Frame Structure
YES
NO
EXCEPTIONS
COMPANY NAME:_________________________________________________
Multi-point rubber isolators shall be used to mount the body to the cab chassis. All structural
32.1 fabrication shall consist of 1010/1020 low carbon cold rolled steel.
The substructure shall consist of a combination of at least five (5) 2" x 3", 14-gauge, tubular
steel outriggers, 1.25" x 4.25", 11-gauge C-channel, 12-gauge "seat track" and 1" x 1.5" x 2",
14-gauge Z-channel welded into a ladder type structure and bolted to the O.E.M. chassis
32.2 frame on rubber grommets.
33.0 Body Design
The buses shall have a clean, smooth, sleek design, correctly proportioned and properly
balanced. The exterior and body features, including chassis and body grills and louvers, shall
be shaped to allow complete and easy cleaning by automatic bus washers without snagging
washer brushes. Water and dirt shall not be retained in or on any body feature to freeze or
33.1 bleed out onto the buses after leaving the washer.
Body, windows and doors shall be sealed to prevent leaking of water, air or dust in routine
service, or of cleaning liquids in automatic bus washers, for the life of the bus under normal
use (normal wear and tear excluded). Accumulation of spray and splash on any window of
the bus, generated by the bus wheels on a wet road, shall be minimized. A driprail with water
deflector will be placed directly above the passenger windows and entry/lift door starting
33.2 directly behind the front H-Mold and ending at the rear HMold.
Each bus shall be tested with a Simulated Altoona Test Track and
corrected as appropriate. The vehicle will traverse this track which
shall consist of (6) durability element profiles as follows:
• Staggered bumps
• Chatter bumps
• Railroad crossing
• Frame twist
• 1" random chuck holes
33.3 • 4" random chuck holes
After successful completion of the simulated Altoona Test Track, each bus shall be water-leak
tested for minimum of 10 minutes in a water-spray booth specifically designed for such tests.
Any leaks detected during the test are to be repaired immediately and extreme leaks shall
require a second water-leak test to assure repairs were effective. Extreme leaks are defined
as any leak that creates a stream of water that rapidly pools on the interior of the bus. During
leak testing, particular attention is to be paid to windows, doors and seams. Leaks at the
entry or wheelchair-lift doors or at window locations that egress back to the outside of the
buses shall not be regarded as defects and shall not require repair.
33.4
34.0 Body Materials
Exterior body materials shall be fabricated of a matrix of fiberglass reinforced plastic with an
inner thickness of resin-hardened craft honeycomb material. This construction and these
materials shall be designed to form a unibody design, reducing maintenance, extending
durability, providing consistency of appearance throughout the life of the buses, and have a
low sound and temperature absorption rate. Detailing shall be kept simple without exposed
fasteners or protruding moldings. Add-on devices and trim shall be minimized and, where
34.1 necessary, integrated into the basic design.
35.0 Finish and Color
YES
NO
EXCEPTIONS
35.1
YES
COMPANY NAME:_________________________________________________
All exterior surfaces shall be smooth and free as possible of visible fasteners, wrinkles and
dents. Since a commercial bus appearance is desired, an exposed, riveted-type body
construction shall not be accepted. Both exterior and interior surfaces to be painted shall be
properly cleaned and primed, as appropriate, for the paint being used. This cleaning
process shall be done prior to the application of the paint to assure a proper bond between
the base surface and successive coats of original paints. High gloss, gel coat white paint shall
be applied smoothly and evenly with the finished surface free as possible of dirt, runs, orange
peel and other imperfections. All exterior finished surfaces shall be impervious to diesel fuel,
gasoline and commercial applications of commonly used graffiti removing chemicals.
36.0 Body Panel Assembly
The sidewalls, rear crown wall, roof, and front roof crown shall be interlocked by resin
saturated fiberglass matting and wood members, forming a unibody design without exposed
fasteners or protruding moldings. Body assembly shall meet or exceed FMVSS 220
36.1 requirements.
37.0 Panel Construction
All body panel assemblies shall be Body Armor'M and shall consist of a matrix of fiberglass
reinforced plastic with an inner core combination of both polypropylene honeycomb and
resin-hardened craft honeycomb materials. The order of matrix assembly shall be as follows:
37.1
Exterior surface shall be a minimum .018" thickness of high-gloss gel coat to prevent
37.2 moisture penetration and corrosion.
Secondary surface shall have a minimum .121" thickness of resinhardened fiberglass
37.3 reinforced plastic.
The center composite layer shall consist of a 1" thick resin-hardened craft honeycomb
37.4 material laid on edge to allow maximum column strength of each cell.
Wall structure shall include a minimum of two (2) 1.50" wide longitudinal sections of 18gauge flat steel extending from the forward body seam to the rearward body seam to
37.5 provide an additional attachment point for the integrally welded sidewall seat rail.
Roof structure to be of single piece design and include a minimum of 5 longitudinal, sections
of 18-gauge flat steel extending from the forward body seam to the rearward body seam. All
flat steel sections shall be fully integrated into the roof matrix and shall provide additional
structural integrity and a secure attachment surface for ceiling panels,
37.6 handrails and stanchion fixtures.
Final surface of the body structure shall be a minimum 3/32" thickness of resin-hardened
37.7 fiberglass reinforced plastic.
Window framing in sidewall shall be a heavy gauge steel ladder-type assembly. Window
37.8 pillars shall be minimum 1.5" x 1" 14-gauge dipped, zinc-plated tube.
Top and lower horizontal ladder bridge rails shall be minimum 1" x 2" 12-gauge zinc-plated
angle section. Attachment of ladder assembly to roof and lower wall section shall be grade 5,
#1 0 x .75" mechanical fasteners on not more than 8" center. In addition, interface of wall
and roof to window ladder assembly surfaces shall include a high ontact adhesive, Sikaflex
37.9 505UV, to provide a 100% bonding and sealing at these locations.
38.0 Installation
Sides, roof, front and rear crowns shall be insulated by dead air cells of the body assembly
composite. The insulation shall provide a R-6 thermobarrier, and sound absorption.
38.1 Insulation shall meet or exceed all Federal requirements in FMVSS 302.
39.0 Undercoating
NO
EXCEPTIONS
COMPANY NAME:_________________________________________________
The underside of the body including floor members, side panels below floor level (if metal),
fender wells shall be undercoated, at the time of manufacture, with a nonflammable resin
type polyoleim, Tectyi121-BN excluding any component within 12" of the exhaust, or on any
part of the exhaust' or related heat shields, fuel tank, fuel filler and vent tube, drive shaft or
39.1 shock absorbers.
The subfloor understructure shall be completely undercoated by hand brushing to a dry film
thickness of 10-12 mils and 100% sealed from moisture penetration prior to being installed
39.2 on steel frame understructure.
40.0 Bumpers
Front bumper shall be chassis O.E.M., body contoured, reinforced with wrap-around ends.
Front bumper shall be chrome plated, thick carbon steel with formed plastic ground effects
trim. Rear bumper shall be powder coated 2" x 7", 12-gauge wrap around channel. Rear
bumpers shall be attached to the chassis frame with .5" diameter grade-5 bolts.
40.1
41.0 Wheel Housings
Wheel housings shall be constructed of 14-gauge steel. Housings shall be welded to the floor
41.1 structure and properly sealed and undercoated.
42.0 Skirts , Fenders and Mud Flaps
Skirts shall be integral, full-length curved, reinforced fiberglass with replaceable contoured
wheel well fenders. Mud flaps shall be made of 3/16" thick rubber composite and installed
42.1 behind the front and rear tires.
EXTERIOR
43.0 Mirrors
Each bus shall be equipped with a fully adjustable 9.5" x 7" rectangular mirror with a 4" x 7"
convex adjustable diminishing mirror mounted below. Mirror head and rigid adjustable
43.1 support shall be powder coated finish. Mirrors shall be heated and remote.
44.0 Lighting
All exterior lighting shall meet or exceed all state regulations and FMVSS 108 requirements.
44.1 Incandescent type exterior lighting shall be provided.
Headlamps - O.E.M. headlamps shall be single, sealed beam automotive type with tilt-ray
44.2 features controlled by a lever operated dimmer switch mounted on the steering column.
Stop, Tail, Directional, Clearance Identification & Back-up Lights - Stop and tail lights shall be
red combination 4" round lens, vertically mounted on the rear crown corners. Back-up lights
shall be grouped with and below the stop and taillights. Front directional lights shall be body
corner contoured and mounted horizontally with one (1) on each side. Identification and
clearance lights shall be rectangular and roof mounted consisting of five (5) amber at the
front and seven (7) red lights at the rear. Front side marker lights
shall be amber and incorporated with the parking lights. The rear side marker lights shall be
44.3 red lights.
Front and Side Reflectors and Directional Lighting -Front and side reflectors shall be
incorporated with the parking lights. Rear, side reflectors and rear reflectors shall be
mounted on the rear corners above the bumper. Front directional lights shall be
incorporated with the parking lights. Rear directional lights shall be amber in color and
44.4 grouped with the stop, tail, and back-up lights.
INTERIOR
45.0 Entrance Stepwell
YES
NO
EXCEPTIONS
45.1
45.2
45.3
45.4
COMPANY NAME:_________________________________________________
Steps shall be formed and weld fabricated using minimum 14- gauge, stainless steel, powder
coated bright white using the five (5) step lnterpon PZ770 process in a two-step design. The
step assembly shall be undercoated.
Standard entry steps shall provide the following maximum dimensions:
• Ground to first - 11.5"
• Step risers- 8.5"
• Step tread depth - 1 0"
Steps shall be covered with .125" thick rubber flooring on all risers and sides, and 3/16" thick
ribbed rubber step treads with contrasting nosing that is properly sealed.
Stepwell lights shall be suitably mounted so that the entire stepwell and a portion of the
ground area outside the bus are sufficiently illuminated. The step lights shall be extinguished
when the front door is closed.
46.0 Bus Sub Floor
The floor structure shall be computer load tested to withstand 40,000 pounds with less that
1/16" of deflection at the perimeter. All surface irregularities shall be filled and subfloor
46.1 sanded smoothly.
Subfloor shall be B/C exterior grade .75", 7-ply, radiata pine plywood with a solid cross band
that is pattern cut, edge sealed, and fastened with #10 gauge counter sunk Tek screws
46.2 installed approximately every 12" throughout the entire floor structure.
Flooring understructure and edges shall be completely undercoated by hand brushing with
Tectyi121-BN and 100% sealed from moisture penetration prior to being installed on steel
46.3 frame understructure.
47.0 Floor Covering
Smooth black rubber flooring with ribbed aisle shall be provided. The flooring shall provide
47.1 excellent resistance to cold & heat, scarring & denting and tearing.
The driver's area shall be covered with sound deadening, non-skid black floor mat that meets
47.2 the interior noise requirements of these Technical Specifications.
48.0 Interior Panels
The wall panels shall be a minimum of .045" thickness of highly durable bright white gelcoated fiberglass, resistant to vandalism and easy to clean. The ceiling panels shall be Federal
Foam polyester plastic that meets or exceeds FMVSS 302. The ceiling panels provide
significant weight reduction, acoustical and sound absorption, thermal insulation and are
48.1 mar resistant and easy to clean.
Smooth fiberglass reinforced plastic sidewall panels shall be installed from the seat rail to the
ceiling body liner. Indoor/outdoor carpet covered panels shall be installed in sections from
48.2 the seat track to the floor.
A one-piece front ceiling closure of fiberglass reinforced plastic shall be installed. The panel
shall allow accessibility for wiring harness connections, and optional driver storage, or front
destination sign, and shall provide a bright, easy-to-maintain entryway ceiling.
48.3
An entry door header panel shall be molded to fit the roof contour and shall be removable.
48.4
49.0 Windows
All windows shall meet all State and Federal Safety regulations. The windshield shall be AS-1,
the driver's side window shall be AS-2, and the passenger windows shall be AS-3 in quality.
49.1
The O.E.M. windshield shall be front body cab contoured single piece .25" thick tinted,
49.2 laminated safety float glass.
YES
NO
EXCEPTIONS
49.3
49.4
49.5
49.6
49.7
49.8
49.9
49.10
49.11
49.12
YES
COMPANY NAME:_________________________________________________
The driver's roadside window shall be standard O.E.M. roll-up vertical glass design glazed
with tinted .125" thick, tempered safety glass. A traffic view cowl window forward of entry
door shall also be provided.
Each driver curbside window shall be one-piece, minimum AS-2 rated safety glass. Divider or
reinforcing mullions are not acceptable. Glazing shall be .25" thick and shall provide a
minimum of 470 sq. inches of viewing. Window shall be frame less and installed with Sikaflex
221 adhesive to minimize leakage. A minimum 1" black fritting shall be applied to the interior
perimeter of the window glass to provide additional glare reduction and to
protect the adhesive from UV rays.
Door windows shall be fully encapsulated. Windows shall be glazed with .125" thick, tinted,
tempered safety glass that meets or exceeds FMVSS 217 requirements. Full-length windows
shall be provided in each passenger door panel and in the upper portion of the lift door
panels in line with the passenger side windows.
Passenger windows shall be:
41" tall x 29.5" wide, top T-slider ventilating style or 41" tall x 19" wide non-ventilating type
as required by the floor plan design.
Unless otherwise required, two (2) egress windows, one (1) per side and one (1) 22" x 60"
rear egress window shall be provided.
Glazing shall be .125" thick with 19% limo tint. Window framing shall be black anodized
aluminum with interior clamp ring attachment design.
Windows shall be located in the sidewall to provide a minimum upper viewing height of 65"
measured from the standard floor or 59" measured from the elevated (raised) floor.
The window seal shall be .375" thick and .625" wide.
All passenger windows shall meet or exceed FMVSS 217 requirements for manufacturing and
egress.
50.0 Passenger Entry
The entry door frame shall be constructed of a minimum 12-gauge, 304-grade stainless steel
and located opposite of driver. This structure shall be powder coated using the five (5) step
lnterpon PZ770 process, in bright white to match vehicle exterior base color.
50.1 The passenger entrance door shall be 36" wide.
The door shall include a two (2) panel design. Vertical door shafts shall be an integral part of
the door panels. The top portion of the shaft shall be designed to prevent the door panels
from rotating out of alignment. Shafts shall pivot on a top mounted, bronze thrust
bushing and a lower stud-mounted alignment pivot, accommodated with a glass filled
50.2 molded bearing.
Perimeter door edges shall be sealed with neoprene bulb seals. The center of the door
assembly shall be equipped with overlapping neoprene 2" leading edge seals. Seals shall
50.3 overlap front to rear to provide an air and watershed.
The door panels shall be electrically operated by the driver by actuation of a 2-position
50.4 switch.
51.0 Windshield Wipers and Washers
O.E.M. two (2)-speed, intermittent electric wipers shall be provided with variable speed
51.1 control to allow timed intermittent windshield wiping.
Arms shall be of single type, 21" long. Blades shall be 19" long and park at the lower edge of
51.2 the windshield.
The washer shall be powered by an electric pump with 3-quart washer reservoir and supply
51.3 nozzles located on the lower windshield cowl.
52.0 Driver's Control and Instrumentation
NO
EXCEPTIONS
YES
COMPANY NAME:_________________________________________________
The driver's area shall consist of an ergonomically designed molded dash console and molded
driver's console complete with controls and instrumentation. All system control switches
shall be labeled and illuminated. The instrument panel shall be equipped with speedometer,
fuel gauge, engine oil pressure and coolant temperature gauge, and
voltmeter; and tell-tale lights to indicate charge system, four-wheel rear anti-lock brakes, air
bag, check engine, park brake, and high beam. A separate driver's area heater and air
52.1 conditioning control panel shall also be provided.
53.0 Driver's Seat
The driver's seat shall be a freedman manual with lumbar support. It shall be mounted to the
O.E.M. chassis base and incorporate the O.E.M. seat belt pre-tensioning device and have a
53.1 right side armrest.
54.0 Passenger Seating
Passenger seating shall be Freedman perimeter seats that meets or exceeds FMVSS 207
requirements for strength and safety; and when applicable meets or exceeds FMVSS 209,
54.1 210. Features include:
54.2 Ultra-thin type backrest for added hip-to-knee room and lumbar support
54.3 Molded polyurethane seat and back cushions for comfort and long lasting support
54.4 17 W' wide seat cushions
54.5 22 W' back height off the seat cushion, 37" off the floor
54.6 Wire mesh-grid seat springs for even support
54.7 No seatbelts
All seats shall be floor and side wall track mounted for ease of seat removal. Where exposed,
the track shall be covered with a vinyl track plug strip. The seat-tracking system shall be
incorporated into the bus to provide secure seat anchorage, to improve the floor-to-body
securement, and to provide additional side crash barrier around the perimeter of the body
54.8 structure. Seats are to be of the perimeter style.
55.0 Courtesy Light-Incandescent
Interior courtesy lights shall be located in the ceiling cove as incandescent light fixtures and
mounted as a minimum three (3) on each side to provide passenger compartment lighting. A
55.1 single driver's light fixture shall be provided with a separate control.
56.0 Interior Mirrors
Each bus shall be equipped with a fully adjustable rear view mirror mounted in easy reach for
56.10 driver's viewing of the passenger compartment.
57.0 Passenger Assists
Front stanchions on each side of the aisle at passenger entry: one (1) to rear of Stepwell and
one (1) behind driver's seat shall be 1 Y," diameter, 11-gauge stainless steel tubing with
brushed finish. Left entry assist handrail shall be provided rear of the Stepwell. All passenger
assists shall meet all applicable ADA requirements. Vehicles over 22' must have one (1)
57.1 overhead handrail.
58.0 Modesty Panels
A curbside modesty panel assembly shall be installed behind the entry door stepwell. The
58.10 modesty panel shall be 5/8" particle board with 1/16" laminate on both sides.
Climate Control
59.0 Driver's HVAC
NO
EXCEPTIONS
COMPANY NAME:_________________________________________________
Driver's area shall be heated and cooled by a chassis O.E.M. forced air heater/defroster and
air conditioning system. The heater and defroster provide 30,000 BTU. The driver's air
conditioning shall provide 24,000 BTU/HR. Both heat and cool shall be controlled by electric
over vacuum dash mounted controls. The system shall have 4-speed fans with fresh air
mode. Windshield airflow shall be through molded dash air ducts providing constant and
59.1 even air diffusion.
60.0 Passenger Compartment HVAC
The passenger compartment shall be heated and cooled by separate, optional systems as
selected with the minimum being 65,000 BTU for rear heat and 68,000 BTU for rear NC with
60.1 dual compressor.
61.0
61.1
61.2
61.3
61.4
61.5
61.6
61.7
61.8
61.9
61.10
61.11
61.12
61.13
61.14
61.15
61.16
61.17
61.18
61.19
61.20
61.21
61.22
Cut-away Bus Equipment
ALARM -BACKUP
FAST IDLE
RUBBER- STEP NOSING- WHITE
RUBBER- BLACK ON ENTIRE FLOOR, w/34" AISLE
DOOR- ELECTRICAL POWERED ENTRY ,36" WIDTH
HEATER- 65K BTU REAR
LIGHT- INTERIOR LIGHTS ON WITH ENTRY DOOR OPEN
LIGHT -INTERIOR DOME,(1) ADD'L- INSTALLED ABOVE DRIVER'S HEAD
LIGHT- INCANDESCENT MIDSHIP TURN/MARKER
GRAB RAIL- CEILING, INCLUDES STANDEE LINE & SIGN
GRAB RAIL- ENTRANCE GRABS TO BE STD VERTICAL
LUGGAGE RACK- 72" IN LENGTH WITH 2 SHELVES
FIRE EXTINGUISHER- 5 LB. CYLINDER WITH BRACKET
FIRST AID KIT- 16 UNIT
TRIANGLES- EMERGENCY IN BOX
MIRRORS -EXTERIOR- 9.5" X 7" RECTANGULAR WITH A 4" X 7" CONVEX ADJUSTABLE
DIMINISHING MIRROR MOUNTED BELOW. MIRROR HEAD AND RIGID ADJUSTABLE SUPPORT
SHALL BE POWDER COATED FINISH
MIRRORS SHALL BE HEATED AND REMOTE
MIRROR- INTERIOR- FLAT, 6" X 16"
SEAT- DRIVER, FREEDMAN, HI-BACK, RECLINER w/ LUMBAR SUPPORT & RH ARM REST.
SEAT- PASSENGER- FREEDMAN LO BACK RIGID (NOTE: CAPACITY 15 PLUS DRIVER PERIMETER
SEATING.)
AIR CONDITIONING - DUAL COMPRESSOR 68K BTU MINIMUM
SIGNS - TWIN VISION LED, 12 VOLT FRONT & SIDE DESTINATION SIGNS INCLUDE OPERATOR
CONTROL UNIT. (DO NOT INCLUDE ELYSE SOFTWARE PACKAGE AND PCMCIA CARD)
61.23 WARRANTY- OEM CHASSIS MANUFACTURER STANDARD WARRANTY SHALL APPLY
YES
NO
EXCEPTIONS
TECHNICAL SPECIFICATIONS – CUT-AWAY STYLE - REQUIRED FLOORPLAN
Cutaway and Low Floor Style Shuttle Buses – 2014-03-001
2
TECHNICAL SPECIFICATIONS - LOW FLOOR STYLE BUS
YES
COMPANY NAME:_________________________________________________
1.0 General - Scope and Purpose:These technical specifications are intended to provide a general
description to purchase mid-size, heavy-duty, low floor design, accessible shuttle bus for use
by Charlotte Douglas International Airport.
2.0 Description
Bus shall be a new, current year production of medium to heavy-duty, shuttle vehicle design
and construction. A 102" wide bus is specified for maximum passenger room and aisle width.
The bus is to be rear engine propelled diesel fueled with an automatic transmission.
2.1
Bus shall be a two (2) door design layout. The design of such shall reflect the highest
2.2 standards of concern for the welfare and safety of the riding public
3.0
3.1
3.2
3.3
3.4
3.5
3.6
3.7
3.8
3.9
Overall Requirements and Dimensions
Length, overall bumpers; 36’ maximum
Width, overall body; 102" minimum
Height, overall @ GVWR; 129" maximum
Wheelbase; 220” maximum
Height, main floor @ GVWR; 18" maximum
Height, first step (front door) @ GVWR, 14" maximum, (kneeled 11"max.)
Height, interior 95" minimum, (78.25" rear riser)
Width, door panels, (front and rear doors); 37.25" minimum
Height, door (clear); 78.5" minimum
4.0 Clearances
Ground Clearances - Buses shall have a minimum eight-inch (8") ground clearance at any
position under the bus excluding axle zones. The minimum ground clearance in any axle zone
4.1 shall be 6.5 inches.
Clearance Angles - Buses shall have a minimum angle of approach of nine (9) degrees, a
minimum angle of departure of nine (9) degrees, and a minimum breakover angle of twelve
(12) degrees in order that they may safely negotiate varying pavement conditions in the
4.2 Airport's service area.
Turning Radius - Buses shall have an outer body radius not exceeding 36 feet 1 inches
4.3 maximum.
5.0 Weight
It shall be a design goal to construct each bus as light in weight as possible without degrading
of safety, appearance, comfort or performance. The curb weight of the bus shall not exceed
5.1 28,000 pounds.
6.0 Service Life
Buses shall be designed and constructed to ensure a minimum service life of at least twelve
(12) years/500,000 miles in revenue service. They shall be capable of operating at least
40,000 miles per year, including the last year. A FTA - Altoona Test report for a 12
6.1 year/500,000 mile lifecycle test shall be completed and supplied in the bid submission.
7.0 Failures
The following shall be the design requirements for maximum frequency of in-service failures
of the types defined, provided that preventative maintenance procedures specified by the
contractor and followed within the limits of practicability dictated by transit maintenance
7.1 practice.
NO
EXCEPTIONS
COMPANY NAME:_________________________________________________
Physical Safety - A failure, which leads directly to passenger or driver injury or represents a
7.2 severe potential crash situation; for example loss of vehicle brakes shall not occur.
8.0 Maintainability
Prime consideration shall be given to the ease of maintaining the buses. All bus components
and systems both mechanical and electrical which will require periodic physical work or
inspection processes shall be installed so that a minimum of time is consumed in gaining
access to the critical areas. It shall not be necessary to disassemble portions of the bus
structure and equipment such as seats and flooring under seats in order to gain access to
8.1 these areas.
Each bus shall be designed to facilitate the disassembly, reassembly, servicing or
maintenance thereof by use of tools and items, which are normally available as commercial
8.2 standard.
The body and structure of all buses shall be designed for ease of maintenance and repair.
Individual panels or other equipment, which may be damaged in normal service, shall be
repairable or replaceable. Ease of repair shall be related to the vulnerability of the item to
8.3 damage in service.
9.0 Electronic Noise Control
Electrical and electronic subsystems and components on all buses shall not emit
electromagnetic radiation that will interfere with on-board communications equipment.
9.1
10.0 Exterior Noise
The exterior noise produced by any one bus shall not exceed 83 dbA in any mode of
10.1 operation.
11.0 Interior Noise
The interior noise produced by any one bus shall not exceed 82 dbA in any mode of
11.1 operation.
12.0 Engine Emissions
Buses shall conform to the air pollution control standards of the Environmental Protection
Airport of the Federal Government, and all applicable State regulations at time of
12.1 manufacturing.
13.0 Operating Environment
The bus shall achieve normal operation in temperature ranges of -15 degrees F to +115
degrees F at relative humidities between five (5) and one hundred (100) percent. No special
equipment or procedure shall be required to start a bus for up to twelve (12) hours of
13.1 exposure to temperatures +20 degrees F without the engine in operation.
14.0 Body Design
The bus shall have a clean, smooth, sleek design, correctly proportioned and properly
balanced. The exterior and body features, including grills and louvers, shall be shaped to
allow complete and easy cleaning by automatic bus washers without snagging washer
brushes. Water and dirt shall not be retained in or on any body feature to freeze or bleed out
onto the bus after leaving the washer. Body and windows shall be sealed to prevent leaking
of air, dust, or cleaning in automatic bus washers for the service life of the bus under normal
use (wear excluded). Accumulation of spray and splash on any window of the bus, generated
14.1 by the bus' wheels on a wet road, shall be minimized.
YES
NO
EXCEPTIONS
COMPANY NAME:_________________________________________________
15.0 Body Materials
Exterior body materials shall be fabricated out of aluminum, reinforced fiberglass and/or
other applicable composites to reduce maintenance, extend durability, and provide
consistency of appearance throughout the life of the bus. Detailing shall be kept simple; addon devices and trim shall be minimized, and, where necessary, integrated into the basic
15.1 design.
16.0 Finish and Color
All exterior surfaces shall be smooth and free as possible of visible fasteners, wrinkles and
dents. A commercial, transit appearance is desired thus a riveted type body construction
shall not be accepted. Exterior surfaces to be painted shall be properly cleaned and primed,
as appropriate for the paint used, prior to application of paint to assume a proper bond
between the base surface and successive coats of original paints.
16.1
Paint shall be applied smoothly and evenly with the finished surface free as possible of dirt,
runs, orange peel, and other imperfections. All exterior finished surfaces shall be impervious
to diesel fuel, gasoline, and commercial by controlled applications of commonly used graffiti
removing chemicals. The overall paint scheme shall match the current Charlotte Douglas
16.2 International Airport rear engine, low-floor buses.
17.0 Numbering and Signing
Monograms, numbers, and other special signing specified by Charlotte Douglas International
17.1 Airport shall be applied by the Airport, not the bus supplier.
18.0 Pedestrian Safety
Exterior protrusions greater than .50 inch and within 80 inches of the ground shall have a
radius no less than the amount of the protrusion. The left side rear-view mirror and required
lights and reflectors are exempt from the protrusion requirement. Grilles, doors, bumpers
and other features on the sides and rear of the coach shall be designed to minimize the
18.1 ability of unauthorized riders to secure toehold and handholds.
19.0 Strength and Fatigue Life
Under normal condition of transit service throughout the service life of the bus, the basic
structure shall withstand fatigue damage that is sufficient to cause Class 1 or Class 2 failures.
The structure shall also withstand impact and inertial loads due to normal street travel
throughout the bus' service life without permanent deformation or damage. The basic design
19.1 shall incorporate all severe service, medium to heavy-duty bus features.
All failures involving basic body, structure, axles and suspension are considered structurally
related failures for purposes of this specification. The bus sidewall design shall provide
passenger protection from automobile side impact. The roof and sides shall be engineered to
support the entire weight of a fully loaded vehicle on its top and side, if overturned.
19.2
20.0 Crashworthines
YES
NO
EXCEPTIONS
YES
COMPANY NAME:_________________________________________________
The bus sidewall ability to provide passenger protection from automobile side impact is of
critical importance to Charlotte Douglas International Airport. As such, a copy of test data
showing compliance with FMVSS 214D ACrash Worthiness@ is required with the submission
of the Proposers bid package. Physical side impact test must be in accordance with FMVSS
214D and performed by a third-party testing entity. The test report must be of the same low
floor bus design as is being proposed. Failure to include this test report will render the
20.1 proposal informal and cause of its rejection.
The roof and side shall be engineered to support the entire weight of a fully loaded vehicle on
its top and side, if overturned. A copy of test data showing compliance with FMVSS 220
ARollover Protection@ is required with the submission of the Proposers proposal. The test
report must be of the same low floor bus design as is being bid. Failure to include this test
report will render the proposal informal and be cause of its rejection.
20.2
21.0 Distortion
The bus, at GVWR and under static conditions, shall not exhibit deformation or defection that
impairs operation of doors, windows or other mechanical elements. Static conditions include
the vehicle at rest with any one wheel or dual set of wheels on a six (6) inch deep hole or with
21.1 any one tire or any dual set completely deflated.
22.0 Service History
It is the intent of the Airport to procure transit buses, which have a proven performance
history in transit applications. A listing of a minimum of five (5) airports which currently
operate the bus as specified, must be included in the Proposer’s bid package. Failure to
22.2 supply user references will render the bid informal, and cause its rejection.
23.0 ISO 9001:2000
Quality control during the manufacture of the buses as specified is of critical importance to
the Airport. It is the intent to procure shuttle buses from a manufacturer that has a proven
and third party certified quality control system in place. As such, the bus manufacturer shall
be certified ISO 9001:2000 at the facility(s) which produce the Airport’s buses. Written
certification of ISO 9001:2000 compliance to the latest standard is required with the bid
submission documents. Failure to provide the certification as specified will render the bid
23.1 non-responsive and cause the rejection of the Proposer’s bid.
Body Specifications
24.0 Body Frame Assembly
The frame assembly shall be fabricated using Grade C, high-strength carbon steel rectangular
tubing, plate and formed sheet welded into a single monocoque space frame for maximum
strength. The floor, walls and roof structure shall be fabricated and produced by the bus
manufacturer. Gusseting and structural reinforcement shall be provided at strategic
locations as determined by finite analysis. Bolted/riveted body construction is not desired.
24.1
The floor, sidewall and roof structures structure shall be manufactured and assembled by the
bus manufacturer, so as to allow the Airport ease of warranty/parts/service assistance. The
bidder shall also allow a sole warranty restitution center for the body structure.
24.2
NO
EXCEPTIONS
24.3
YES
COMPANY NAME:_________________________________________________
The steel cage, (floor/sidewall/roof) structure and all related metals parts are to be welded
into a complete frame assembly prior to corrosion protection. This assembly shall then be
moved into a blast booth where it is blasted with 40/50 mix of steel grit medial. All steel
parts must have a 1-mil physical profile for paint adhesion prior to priming. The cage shall be
completely primed using PPG corrosion resistant epoxy primer #CRE 904. In critical corrosive
areas, such as the floor framing, wheelwells, stepwells and rear engine bulkheads, PPG
Corashield shall be applied after the initial primer coat. This primer and sealer shall be then
 for a m
baked at 140
protection finish shall have been successfully tested for 1,000 hour salt spray performance.
The inside of all floor/sidewall/roof frame structures shall be sprayed with Ziebart Formula 24.4 Type A prior to applying exterior or interior panels.
The entire rear engine bulkhead shall be fabricated of steel material. Other materials other
24.5 than steel are expressly prohibited for this application.
25.0 Exterior Body Panels
Various lightweight, durable materials may be used in providing the required sleek,
streamlined appearance. These panels shall be installed using methods, which provide a
25.1 smooth surface without exposed fasteners except at window line lap seam.
Sidewalls below the window line shall be made of .080 aluminum. Panels are to be cleaned
and applied to the side framing with double faced tape, rivets and moldings. The lower skirt
panels shall be replaceable. Rub rails shall be provided on both sides of the bus to provide
25.2 additional sidewall protection.1
Roof panels shall be roller leveled 5052 .063 minimum aluminum panels. Panels are to be
installed as two (2) continuous pieces with structural caulking, rivets and moldings around
25.3 the perimeter edge center seam.
Front and rear caps shall be contoured and aesthetically molded, reinforced fiberglass,
nominal 1/8" thick. Sections are to be installed with structure caulking, rivets and moldings.
25.4
25.5 All panels are to be caulked with paintable sealants prior to prime treatment.
26.0 Floor
Subfloor shall be 3/4", ACQ marine grade, pressure treated plywood flooring. The subfloor is
to be pattern cut, edge sealed and installed with sealant caulking and fastened with floor26.1 tight Huck bolts.
27.0 Insulation
The complete sides, roof and rear cap shall be insulated with a minimum of 2-1/2" thick R-7,
fiberglass batt insulation. Fiberglass batt shall be applied to the inner surface of the exterior
27.1 panels. Insulation shall provide maximum thermo-barrier and sound absorption.
28.0 Wheel Housing / Stepwall
All wheel housings and front step well shall be made of 12 gauge, high-strength structural
steel. Housings are to be installed as part of the frame structure and properly sealed with
28.1 caulking and undercoating.
29.0 Fender Trim and Mud Flaps
Shall be molded polyurethane, forming a smooth contoured wheel opening. Mud flaps are
to be installed behind both front and rear tires extending to within three inches (3") of the
29.1 ground.
NO
EXCEPTIONS
COMPANY NAME:_________________________________________________
30.0 Rear Engine Bulkhead
The bus will be equipped with a welded steel rear engine bulkhead. Fiberglass, aluminum or
30.1 materials other than steel materials will are not acceptable alternatives.
31.0 Bumpers
Front and rear bumpers shall be Romeo Rim brand reinforced HELP"S" energy absorbing type.
Rear bumper shall be anti-ride type. Bumpers shall be attached to the frame with a minimum
31.1 of 2 " diameter, Grade 8 bolts.
32.0 Towing Hooks/Eyes
Bus shall be towable at both front and rear using two (2) front and two (2) rear towing hooks
32.1 or eyes, accessible under the front and rear bumpers.
33.0 Interior Body Panels
The interior body panels shall be made from Pionite material which is graffiti resistant
providing and color-coordinated interior, per customer preference. Grey carpet shall be
33.1 provided on interior rear bulkhead panel above rear 5 position seat location.
34.0 Floor Coverings
Shall be Altro brand, 2.7 mm thick rubber flooring with welded seams. A yellow Altro Floor
intermediate step will be provided for safety purposes. The driver's area shall be covered
with the same Altro material. A three-inch (3") wide, white standee line shall also be
34.1 supplied.
35.0 Glazing
All windows must meet State and Federal safety regulations. Windshield shall be AS-1,
35.1 driver's side windows to be AS-2, and passenger windows to be AS-3 in quality.
Windshield shall be domestically produced, and be of a body contoured two (2) piece, (left
and right sides) 1/4" thick, 73% single density, laminated safety float type glass. Windshield
shall have a dark tinted sunshade band across top. Windshields shall be glazed with two35.2 piece black ozone treated extruded lock and key rubber.
Driver's roadside window shall incorporate a lower three-quarter portion of the window a
35.3 sliding type. Window shall be glazed with 7/32" laminated safety sheet glass.
35.4 Passenger side windows shall upper T-sliding type opening. Windows shall be glazed with
Door windows shall be glazed with 1/4" thick, tempered or laminated safety sheet glass.
Front door window shall be tinted to 73% light transmittance. Each window shall be installed
35.5 in the upper and lower portions of the passenger door panels.
Side destination sign window, the first curbside passenger window behind the front door
shall be glazed with 3/16" thick clear tempered safety glass in the upper transom section for
35.6 sign viewing.
36.0 Paint
The entire exterior body surface shall be completely sealed, cleaned, sanded and primed
prior to final finish. The final finish surface shall be coated with PPG Delfleet Evolution paint
system or approved equal. The exterior paint shall be a polyurethane enamel finish meeting
all State and Federal health and safety regulations. Charlotte Douglas International Airport
will provide the required paint colors layout. All exterior painting shall be completed prior to
installation of passenger interior, windows and exterior access doors.
36.1
37.0 Front and Center Passenger Doors
YES
NO
EXCEPTIONS
COMPANY NAME:_________________________________________________
A two (2) panel Vapor brand, Slide-Glide door panel design providing a minimum of 37.25" x
78.5" clear opening shall be supplied at both front and center locations. The doors shall be
37.1 driver controlled by a five (5) position Vapor brand lever.
Each door panel shall be actuated together by a single Vapor Corporation air differential
motor mounted overhead. Actuator shall be equipped with an emergency air release valve.
37.2
The top portion of the shaft is splined to prevent the door panels from rotating out of
alignment. Shafts are to be pivoted on a top mounted sealed ball bearing and a lower stud
37.3 mounted pivot roller.
Perimeter door edges shall be sealed with edge seals. Center edge of doors shall be
equipped with overlapping neoprene 2" leading edge seals. Seals shall overlap front to rear
providing an air and watershed. The center door shall integrate sensitive edges to
37.4 automatically re-open when an obstruction is sensed.
Doors shall be interlocked so as to preclude movement of the bus below 2 mph when the
37.5 doors are open and shall not allow doors to open above 2 mph.
37.6 Front and center passenger doors shall incorporate LED type exterior step area lamps.
38.0 Rear Engine Belt Guard
38.1 A swing-up type, aluminum rear engine belt guard will be provided.
39.0 Windshield Wipers and Washers
Two (2) speed electric operated wipers shall be provided, one (1) on each side with a single
39.1 control.
Wiper arms shall be pantograph type, a minimum of 27.5" long, and blades a maximum of
39.2 23.5" long. Blades are to park at the center of the windshield.
Washer shall be electric pump with a minimum 2-gallon washer reservoir supplying nozzles
39.3 located on the wiper wet arms.
Intermittent wiper system shall be variable speed control allowing timed intermittent
39.4 windshield cleaning in light rain and/or foggy conditions.
40.0 Electrical System
The electrical system shall be so designed to provide and safely distribute 12-volt DC power
to all electrical components in the bus, excluding selected roof mounted HVAC system which
40.1 will have a dedicated 24-volt alternator.
All general purpose wiring shall be cross linked polyethylene insulated; number coded for
positive identification, and shall meet the requirements of SAE recommended practice J878a,
Type SXL. Precautions shall be taken to avoid damage from heat, water, solvents or chafing
by proper routing, clamping and the use of grommets or suitable electrometric cushion
materials. Harnesses shall be so designed to resist abrasion by the use of machine woven
mesh plastic loom. Harnesses shall be sectional and shall terminate at insulated multi-pin
quick disconnect plugs or junction blocks. All harnesses shall provide a minimum of one (1)
40.2 spare conductor so marked in each separate harness.
A heavy duty junction panel shall be provided and accessible through an exterior access panel
cover. The junction board shall be equipped with heavy-duty 12-volt DC relays and 12-volt
DC circuit breakers. Panel shall be equipped with a complete “as built” circuit legend.
40.3
The electrical control and wiring system shall be an I/O Controls DINEX, model G2A multiplex
system or approved equal. The system shall be capable of performing reliable operation in
an environment of between minus 30° C to plus 80° C while encountering mobile shock and
vibrations. Each module shall be adequately shielded to prevent interference by EMI and RFI.
The multiplex power source must be isolated to avoid any ground noise.
40.4
YES
NO
EXCEPTIONS
COMPANY NAME:_________________________________________________
The Master Bus Controller, (MBC) shall be used to program the operation of the bus. The
MBC shall be located under the driver's side window, accessible through an exterior junction
box. The multiplex system shall be of a modular designed thereby providing for ease of
replacement by field maintenance personnel. Furthermore, each module must utilize LED’s
to indicate input status, output status, circuit integrity and assist in rapid circuit diagnostics
and verification of the load and wiring integrity. The internal control device is to be a solidstate device, which provides an extended life service cycle. Non-self-resetting circuit
breakers or fuses are to be provided to protect each individual circuit.
40.5
40.6 All exterior lighting shall conform to all applicable State regulations, and FMVSS 108.
Headlamps shall be dual round, sealed beam of counter-sunk automotive type and shall have
tilt-ray features controlled by a lever dimmer switch mounted on the steering column as well
as foot controlled turn signal switches. Daytime running lights (DRL) shall be provided.
40.7
Stop, tail, back-up and directional signal lights shall be L.E.D. type, 4" in diameter and
vertically mounted. A waterproof, 12-volt DC, 97-dbA alarm is supplied. The alarm is
40.8 controlled by the transmission reverse switch.
Front directional lights shall be L.E.D. type, and a minimum of 4", one (1) on each side, with
40.9 an amber lens.
Side directional lights shall be L.E.D. type, 1.75" x 4" minimum mounted horizontally at both
40.10 front and rear axle locations on each side.
Side marker and ICC marker lights shall be L.E.D. type, roof mounted, five (5) each amber
40.11 front, and five (5) each red rear.
Vehicle accident avoidance light shall be L.E.D. type, and a minimum of a 4” round lens. The
light shall be located on the centerline of the bus immediately above the rear engine door.
40.12
Luminator brand LED type stepwell lights shall be mounted so that entire stepwell and a
portion of the ground area outside the bus are sufficiently illuminated. The step lights shall
40.13 be extinguished when the front and/or rear door has closed.
Front and rear side reflectors, amber front and red rear, shall be applied above the bumpers
40.14 on each side.
40.15 The rear license plate lamp is to be LED type.
Interior dome lights shall be ceiling cove located fluorescent type light fixtures mounted
continuous front to rear on each side. Passenger compartment lighting shall be Transmatic
brand approved equal. The first light fixture on each side behind the driver shall be
extinguished when the front door is closed. A single driver's compartment light will be
provided. Additionally, engine compartment mounted overhead incandescent light fixtures
40.16 shall be provided.
The driver's area shall consist of an ergonomically designed molded fiberglass, plastic, or
aluminum dash console complete with the following minimum controls and instrumentation.
40.17
The control panel shall provide labeled and illuminated system control switches when
equipped, such as, but not limited to, day/night run switch, headlights, dome lights, air
40.18 conditioning, high idle, door control - three position, kneeling etc.
Instrument panel shall be equipped with, but not be limited to, speedometer, fuel gauge,
40.19 voltmeter and dual air gauge.
Telltale lights shall indicate, but not be limited to, check engine, transmission oil
temperature, low coolant, ramp deployed, engine shut-down, park brake, high beam, air
40.20 conditioning inoperative, and low air.
40.21 A separate dash mounted driver's area HVAC control panel shall be provided.
A Defroster fan shall be mounted in dash area with a 2-speed control switch mounted left of
40.22 drive on side console
YES
NO
EXCEPTIONS
COMPANY NAME:_________________________________________________
40.23 A 12 Volt auxiliary power outlet to be provided in driver’s area
41.0 Driver's Seat
Driver's seat shall be a Recaro - Ergo Metro , air suspension driver seat, with push button
actuated fore-aft sliding feature, or approved equal shall be provided. Seat belt and seat
cushion alarms shall be provided, to minimize the chance of the driver leaving the vehicle
41.1 without the parking brake applied.
42.0 Passenger Seats
Freedman Seating model – Low Back padded passenger seating shall be supplied in the bus.
Level 4 Leathermate material shall cover all passenger seats. The seating capacity must be a
minimum of 26 passengers, (excluding driver). Six (6) ambulatory passenger positions may be
eliminated when both wheelchair stations are occupied. The upper and lower sections of the
bus shall utilize perimeter style seating. The required floorplan is listed at the end of the
technical specification section. Bidders are required to submit compliant floorplans with
42.1 their proposals.
43.0 Mirrors
Exterior - Shall be fully adjustable 7" x 14" overall, two (2) section mirrors mounted to
reinforced plated on each side of the windshield. Upper section shall be a minimum of 7" x
10" fixed flat glass. Lower section shall be a minimum of 6.25" x 3.75" convex adjustable
diminishing glass. Mirror heads shall be mounted to rigid, adjustable support arms and shall
be a black powder coated or black plastic housing finish. Mirrors are to be heated and
43.1 motorized.
Interior - Shall be fully adjustable 7" x 14" overall, two (2) section mirrors mounted to
reinforced plated on each side of the windshield. Upper section shall be a minimum of 7" x
10" fixed flat glass. Lower section shall be a minimum of 6.25" x 3.75" convex adjustable
diminishing glass. Mirror heads shall be mounted to rigid, adjustable support arms and shall
be a black powder coated or black plastic housing finish. Mirrors are to be heated and
43.2 motorized.
44.0 Passenger Assist
All stanchions, overhead grab rails and modesty panels shall be so designed as to use 1-1/4"
diameter, 304 stainless steel tubing. All stainless steel stanchions and fittings shall have a
brushed stainless steel finish. Stanchions shall be fitted floor to ceiling meeting ADA
requirements. Overhead grab rails, shall be fitted horizontally from the roof carline supports.
Modesty panel assemblies shall be fitted behind and forward of the door stepwells as
44.1 required.
45.0 Modesty panels and Driver's Barrier
Modesty panels and driver's barrier as specified shall be 1/4" thick, gray melamine, one piece
45.1 fitted to 1-1/4" O.D. stainless steel tubing passenger assists.
46.0 DRIVER'S HVAC
Driver's area shall be heated and/or cooled by a dash mounted, forced air heater/defroster
and air conditioning system. Proposed buses, which are manufactured without an in-dash air
conditioning evaporator, will not be accepted as equal. The need for conditioned air on the
windshield is a necessity in the Charlotte, North Carolina operating environment.
46.1
46.2 The heater and defroster shall provide a minimum of 60,000 BTU with 475 CFM air flow.
YES
NO
EXCEPTIONS
COMPANY NAME:_________________________________________________
The driver's air conditioning shall provide a minimum of 24,000 BTU with 475 CFM air flow.
46.3
Both heat and cool shall be controlled by electric dash mounted controls. The driver must
have total control of the dash mounted heating and air conditioning system, separate from
the passenger compartment HVAC to allow for a comfortable driving environment.
46.4
46.5 The driver's HVAC system shall have 4-speed fans with fresh air mode.
Windshield airflow shall be through molded dash air ducts, which shall provide constant and
46.6 even air diffusion.
An additional forced air ducting system shall be located overhead of the driver’s seated
position. The two adjustable vents will distribute heated or air conditioned air from the
passenger compartment HVAC street side duct. A left hand console mounted two-speed
46.7 switch shall be provided.
47.0 PASSENGER COMPARTMENT HVAC
The passenger compartment shall be heated and cooled by a single integrated heavy-duty
system. This system shall be a Thermo King - Athenia - AMII, roof mounted system using R407C refrigerant or approved equal. Air conditioning / heating systems shall meet the
47.1 following capacity minimums as listed below.
47.2 Heating shall be hot water, forced air, approximately 100,000 BTU heat system.
47.3 Air conditioning shall be a minimum of a 92,000 BTU system.
47.4 A Thermo King - X-430 Freon compressor is to be belt driven.
Thermo King brand convective baseboard style heating will be provided floor/sidewall
47.5 junction on the streetside of the low-floor section of the bus.
47.6 A 150-amp, 24-volt alternator shall be dedicated to the HVAC system exclusively.
A Pro-Heat, model M80 fuel fired auxiliary coolant heater shall be provided. This system shall
47.7 aid in warming the bus on cold days.
Shall be so designed to meet Federal ADA regulations. This system shall provide for safe and
47.8 comfortable accessibility for disabled passengers.
48.0 Wheelchair Accessibility Sytem
Shall be so designed to meet Federal ADA regulations. This system shall provide for safe and
48.1 comfortable accessibility for disabled passengers.
A Ricon model FR2SS wheelchair ramp shall be mounted at the center door must be supplied.
Due to wheelchair maneuvering concerns, a front door located wheelchair ramp is not
48.2 acceptable as equal.
Accommodations shall be made for two, (2) wheelchair tie-downs. Both wheelchair position
shall incorporate the Q-Straint, QRT – 8100-A1 Deluxe securement system or approved equal.
48.3
48.4 A seat belt cutter shall be provided in each bus.
49.0 Sun Shades
A driver’s sunshade shall be supplied on the street-side windshield as well as the street-side
operators window. The rollers will allow easy deployment when pulled downward, remaining
49.10 where placed until released.
50.0 Emergency Equipment
The bus shall be equipped with a minimum 5 lb. ABC rated fire extinguisher, 16-unit first aid
kit, and triangular hazard kit. Emergency equipment shall be stowed in the driver area.
50.1
YES
NO
EXCEPTIONS
COMPANY NAME:_________________________________________________
51.0 Roof Hatch
Specialty Manufacturing, or approved equal, five (5) position roof ventilator and emergency
51.1 escape hatch shall be installed in the roof over the rear axle.
52.0 Driver's Storage Compartment
A steel powder coated storage compartment is to be located on the front wheelwell, rear of
52.1 the passenger seats. The storage compartment is to be keyed alike on all buses.
53.0 PA System
A will PA system with gooseneck microphone and six (6) baffled interior speakers shall be
53.10 provided. One exterior speaker must also be provided.
54.0 Driver's Coat Hook
54.1 A coat hook for the driver shall be provided in the driver’s compartment.
55.0 Day/Night Run Switch w/ Push Button Start
55.1 A day/night run switch with push button ignition start shall be provided.
56.0 Two-Way Radio Pre-Wiring
A radio pre-wiring package with 12-volt DC supply, ground harness, antenna cable conduit
and access plate shall be installed. Final location to be determined during pre-construction.
56.10
57.0 Engine Compartment
Rear engine controls shall consist of engine prevent start switch, light switch, and an Ametek
57.1 brand multi-function gauge.
58.0 Destination Signage
A Twin Vision brand, 100% L.E.D. display, electronic destination signs, or approved equal,
shall be provided and mounted in the upper windshield area and the first curbside window.
58.1 The control console is mounted overhead in easy reach of the driver.
The front destination sign shall be accessible from the back and bottom of the sign box to
facilitate cleaning of the sign and the sign window. A piano hinge shall be incorporated in
58.2 the bottom panel and back door panels of the sign box to accomplish this task.
59.0 Luggage Rack
The bus shall be equipped with a 108" long luggage rack adjacent to the center door. This
rack shall utilize to tears with slanted shelves. All shelves are to be covered in RCA rubber
59.1 #TR766 material.
60.0 POWER GROUP SPECIFICATIONS
60.1 General
Buses are to utilize a rugged transit space frame type, low floor monocoque construction with
accessibility to major components a key feature. This construction is to be a rear engine
forward control design and shall include the following minimum components and systems.
60.2
61.0 Front Axel Assembly
Arvin Meritor model MFS-13 wide track, drop center, I-beam type providing a minimum
design load rating of 13,200 lbs. capacity or North American produced approved equal shall
61.1 be supplied.
YES
NO
EXCEPTIONS
COMPANY NAME:_________________________________________________
61.2 King pin bushings shall be replaceable at all lateral joints.
Top and bottom king pin bushings and tie rod end joints shall be equipped with zerk type
61.3 grease fittings. Front hub and spindle bearings are to be oil-lubricated type.
62.0 Rear Axel Assembly
Arvin Meritor model RS-23, or North American produced approved equal, full floating type
and providing in excess of 60 MPH road speed and a minimum design load rating of 23,000
62.1 lbs. capacity.
Carrier housing shall be separable carrier housing construction with bolted ring gear and shall
62.2 be equipped with magnetic internal hex head lubricant drain plug.
Carrier and hubs are to be internally oil lubricated with multi-grade, multi-purpose gear oil.
62.3
63.0 Front Suspension
Air ride suspension providing the driver and passengers with the highest level of ride quality
and safety shall be provided. The front suspension shall be a trailing arm, taper leaf with two
air bags and two shocks with a minimum capacity of 12,000 lbs., or approved equal.
63.1
Two (2) Firestone brand air bags per axle shall be provided. Springs air pressure shall be
maintained by a single time delayed height control valve. Air springs shall be internally
63.2 equipped with jounce rubber stops.
Springs shall be dampened by two (2) air suspension valved Koni or approved equal shock
63.3 absorbers.
63.4 Lateral and longitudinal stability shall be provided by rubber bushed radius rods.
The front and rear suspensions are to be designed to incorporate a kneeling feature. When
activated, the bus shall lower by a minimum of three (3) inches from the standard ride height
in 5 + .5 seconds and recover to full ride height in 8 + 1 seconds. Bus movement shall be
inhibited when bus is kneeled and shall not release until at a safe height.
63.5
64.0 Rear Suspension
The rear suspension shall have a trailing arm, taper leafs with two air bags and two shocks
64.1 with a minimum capacity of 23,000 lbs., or approved equal.
Two (2) Firestone brand air bags per axle shall be provided. Springs air pressure shall be
maintained by two (2) zero time delayed height control valves. Air springs shall be internally
64.2 equipped with jounce rubber stops.
Lateral and longitudinal stability shall be provided by rubber bushed radius rods. Roll
stability is to be controlled by zero delay constant height control valves, one (1) each on the
64.3 road side and curb side.
65.00 Steering
A North American produced, full integral hydraulic powered type shall be provided, designed
for the riggers of heavy transit with a minimum design capacity of 14,000 lb. rating.
65.1
65.2 The gear shall be Sheppard Model M-100, or approved equal.
A hydraulic pump shall be gear driven with remote mounted reservoir with a minimum two
65.3 (2) gallon capacity.
Driver's steering column shall be provided with a minimum 6-way lever controlled
65.4 tilt/telescopic adjustment and a padded 20" minimum diameter steering wheel.
66.0 Brake System
YES
NO
EXCEPTIONS
66.1
66.2
66.3
66.4
66.5
66.6
66.7
YES
COMPANY NAME:_________________________________________________
Shall be a Bendix air and Meritor/Wabco ABS system meeting all FMVSS#121 requirements.
Air shall be supplied by an engine driven, (gear driven) air compressor and regulated by an air
governor.
Front brakes shall be S-cam type drum type brakes with 15" X 6" lining, 20" brake chambers
and automatic slack adjusters.
Rear brakes shall be S-cam type drum type brakes with 16.5" X 7" lining, 30/30 brake
chambers and automatic slack adjusters.
Parking Brake/Emergency Brake shall be spring controlled by a push-pull dash mounted
control valve.
Dual air compressors Wabco brand or approved equal shall be provided.
Airlines, except flexible lines shall be color-coded.
The bus shall be equipped with an all wheel anti-lock braking system (ABS) by Meritor
Wabco.
67.0 Wheels and Tires
Front wheels shall be powder coated steel type or approved equal, sized 22.5" x 7.50" with a
67.1 10-bolt bolt circle.
Rear wheels shall be powder coated steel type or approved equal, sized 22.5" x 7.50" with a
67.2 10-bolt circle.
67.3 Stainless steel wheel inserts shall be provided on all exterior.
67.4 Tires shall be Michelin brand radials sized - 275/70R 22.5, single front and dual rear.
68.0 Fuel System
68.1 A Federal DOT approved diesel fuel storage system shall be supplied.
Fuel Tank - A steel fabricated fuel tank with a minimum 80 gallon capacity shall be supplied.
68.2 Tank is fitted with hex head drain plug, electric fuel gauge float switch.
69.0 Electrical System
The electrical system shall be designed to provide and distribute 12-volt DC power to all
electrical components in the bus, excluding the roof mounted HVAC system which shall
69.1 require 24-volt power.
A V-belt driven, 12-volt, Leece Neville brand, 270 amp, high output, air cooled alternator shall
69.2 be provided for the coach.
Dual Interstate brand Series 8D, or approved equal, Interstate brand batteries shall be
provided and located for service accessibility through a road side service access door on a
sliding stainless steel tray. The battery tray shall be housed in a stainless steel enclosure
mounted rear of the rear axle. A battery compartment forward of the rear axle are not
69.3 desired.
Cables shall be color coded for positive and negative 2/O battery cables. Cables shall be
sleeved with high abrasive resistant Packard Electric Flex-Guard loom and supported with
lined steel clamps on a maximum of 15" centers. In an effort to maximize battery cranking
strength, the maximum distance between the battery and the engine compartment shall be
69.4 no more than 10 feet.
Master battery disconnect switch shall be capable of carrying and interrupting the total
circuit load. The switch shall be located near the battery and shall be accessible through the
69.5 service door.
70.0 Engine
NO
EXCEPTIONS
70.1
70.2
70.3
70.4
70.5
70.6
YES
COMPANY NAME:_________________________________________________
A rear, T-mounted Cummins ISB-2013, 6.7L diesel engine shall be supplied. The engine shall
be a turbo-charged and charge air-cooled, in-line 6 cylinder electronically controlled. The
engine shall integrate a Cummins approved diesel particulate filter (DPF) as well as the
current generation selective catalytic reducer (SCR) and use only Ultra Low Sulfur Diesel Fuel,
(ULSD).
Performance - Peak horsepower to be a minimum of 280 BHP @ 2,600 RPM and peak torque
of 660 ft. - lbs. @ 1,600 RPM.
The engine cooling system shall consist of a properly sized side mounted high capacity chargeair cooler and radiator with a minimum of 810 square inch core frontal area with corrosion
resistant, brazed aluminum construction cores and hi-strength resin material upper and
lower tanks. The radiator shall be baffled top and bottom and both sides, and equipped with
a stainless steel fabricated, minimum two (2) gallon capacity coolant de-aeration reservoir.
Heat producing components shall not be located in front of engine radiator, including the
charge air or hydraulic coolers.
The engine and transmission system shall be mounted for ease of powertrain removal. The
powertrain shall be mounted on a three (3) point rubber mount assembly.
Exhaust system shall utilize a stainless steel exhaust pipe, diesel particulate filter (DPF) and
selective catalytic reducer (SCR). All components will have properly installed heat shields,
baffles and vibration mounts as required. Tailpipe shall be so designed to direct exhaust
vertically at the rearmost roadside corner of the bus body. This shall provide for a lower dbA
exterior sound level and also protect associated components while providing maintenance
safety. An additional ten (10) gallon diesel exhaust fluid (DEF) storage tank will also be
provided at the rear of the bus. The DEF storage tank will be accessible near the diesel fuel
nozzle mounting point.
A fuel/water separator must be provided, meeting Cummins engine requirements.
A Linnig brand mechanical fan drive and torsional vibration damper system will be provided
for the engine cooling fan drive. A hydraulically actuated fan drive will not be acceptable as
equal.
71.0 Engine High Idle System
An electro-pneumatically controlled high idle system shall be provided. System to be
activated when transmission is in neutral, air conditioning is operating and / or the driver
71.1 switch is on. Engine idle shall increase to 1100 RPM.
72.0 Engine Guard (Automatic Shut-Down)
An electronically controlled engine shutdown system shall be provided. This model shall
sense engine low oil pressure, hot transmission, low transmission fluid, and high coolant
72.1 temperature. Driver's console is to be equipped with an override switch.
73.0 Transmission
An Allison B300R transmission, or approved equal, five (5) speed automatic transmission with
an internal output hydraulic brake retarder shall be provided. This transmission shall have a
73.1 minimum duty cycle rating of 38,000 lbs. GVWR.
Transmission shall be equipped with one (1) internal oil filter replaceable element integrally
73.2 mounted.
Transmission oil shall be cooled by an auxiliary heavy-duty water to oil heat exchanger in the
73.3 outlet tank of the radiator.
Transmission shall be controlled electronically. Retarder is to be controlled by the driver by a
multi-stage switch located on the brake pedal. The retarder on/off switch shall utilize a red
73.4 hooded cover.
Driveline shall be minimum Spicer 1710 Series universal cross bearings. Driveline guard shall
73.5 be located behind cross bearing.
NO
EXCEPTIONS
COMPANY NAME:_________________________________________________
74.0 Back-up Alarm
Shall be waterproof 12-volt DC, 97 dbA alarm. Alarm is to be controlled by the transmission
74.1 reverse switch.
75.0 Shop Air Supply
Schrader valve for shop air is to be provided below front bumper as well as at the rear of the
75.1 bus.
76.0 Silicon Lines
The bus we equipped with Parker Hose brand silicone cooling and heater hoses. Constant
76.1 tension type stainless steel clamps must also be utilized.
77.0 MATERIALS GENERAL SPECIFICATIONS
All piping, tubing, cables, and wiring shall be properly bracketed and grommeted.
77.1
All mounting of assemblies and sub-assemblies including the power plant and accessories
shall be mechanically isolated to minimize the transmission of vibration of the body
77.2 structure.
All pipe fittings shall be of heavy duty type and shall be designed to withstand the maximum
pressure that could be generated under normal or overload conditions within the air or fluid
77.3 system of which they are a component.
All burrs and sharp edges shall be dressed so as to prevent injury to passengers, operators
77.4 and maintenance personnel.
Drain and filler plugs on rear axle, transmission drain and engine drain plugs shall be of the
77.5 magnetic type, have hexagon heads, and be of high strength material.
Lumber shall be thoroughly air seasoned or kiln dried; shall be straight grained and shall be
free from rot, knots, checks and other defects which may impair its strength or durability or
77.6 mar its appearance. Lumber shall be dressed on all sides to full dimensions.
All welding shall conform to the American Welding Society Structural Welding Code, Steel,
D1.1-84 or D8.8-79 or approved equal standard applicable to the steel used. Where visible,
welding shall have finished appearance. All welding on the vehicle shall be done by welders
77.7 certified to AWS D1.1 or approved equal standard applicable to the steel used.
All surfaces to which springs are attached shall be of such a design as to prevent excessive
77.8 grooving or wear of the parts.
77.9 All grease and oil fittings shall be readily accessible for lubrication.
All steel bolts, nuts, screws and washers shall be zinc plated, except where otherwise
requested. The thickness and method of zinc coating shall conform to ASTM Specifications
No. A165, latest revision for Type TS coating. All cap screws, nuts and bolts shall be of SAE,
##### Grade 5 material, unless the application requires a higher grade material.
All sheet metal screws shall comply with ASTM and ASA recommendations relative to quality
##### and installation.
Mounting of major assemblies including engine, transmission, axles, power steering and
suspension components shall be such that dismounting shall be easily carried out by
##### conventional shop methods.
All components, assemblies, and sub-assemblies shall be readily accessible for service, repair,
##### removal and replacement.
YES
NO
EXCEPTIONS
TECHNICAL SPECIFICATIONS – LOW FLOOR STYLE - REQUIRED FLOORPLAN
Cutaway and Low Floor Style Shuttle Buses – 2014-03-001
1
Download